Oxygen Tenders
Municipality Of Badiangan, Iloilo Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Section Ii. Instructions To Bidders A. General 1. Scope Of Bid 1.1 The Procuring Entity Named In The Bds Invites Bids For The Supply And Delivery Of The Goods As Described In Section Vii. Technical Specifications. 1.2 The Name, Identification, And Number Of Lots Specific To This Bidding Are Provided In The Bds. The Contracting Strategy And Basis Of Evaluation Of Lots Is Described In Itb Clause 28. 2. Source Of Funds The Procuring Entity Has A Budget Or Has Received Funds From The Funding Source Named In The Bds, And In The Amount Indicated In The Bds. It Intends To Apply Part Of The Funds Received For The Project, As Defined In The Bds, To Cover Eligible Payments Under The Contract. 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 3.1 Unless Otherwise Specified In The Bds, The Procuring Entity As Well As The Bidders And Suppliers Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. In Pursuance Of This Policy, The Procuring Entity: (a) Defines, For Purposes Of This Provision, The Terms Set Forth Below As Follows (i) “corrupt Practice” Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Government, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Ra 3019; (ii) “fraudulent Practice” Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition. (iii) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels. (iv) “coercive Practices” Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Affect The Execution Of A Contract; (v) “obstructive Practice” Is (aa) Deliberately Destroying, Falsifying, Altering Or Concealing Of Evidence Material To An Administrative Proceedings Or Investigation Or Making False Statements To Investigators In Order To Materially Impede An Administrative Proceedings Or Investigation Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Into Allegations Of A Corrupt, Fraudulent, Coercive Or Intimidating Any Party To Prevent It From Disclosing Its Knowledge Of Matters Relevant To The Administrative Proceedings Or Investigation Or From Pursuing Such Proceedings Or Investigation; Or (bb) Acts Intended To Materially Impede The Exercise Of The Inspection And Audit Rights Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Herein. (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Any Of The Practices Mentioned In This Clause For Purposes Of Competing For The Contract. 3.2 Further, The Procuring Entity Will Seek To Impose The Maximum Civil, Administrative, And/or Criminal Penalties Available Under Applicable Laws On Individuals And Organizations Deemed To Be Involved In Any Of The Practices Mentioned In Itb Clause 3.1(a). 3.3 Furthermore, The Funding Source And The Procuring Entity Reserve The Right To Inspect And Audit Records And Accounts Of A Bidder Or Supplier In The Bidding For And Performance Of A Contract Themselves Or Through Independent Auditors As Reflected In The Gcc Clause 3. 4. Conflict Of Interest 4.1 All Bidders Found To Have Conflicting Interests Shall Be Disqualified To Participate In The Procurement At Hand, Without Prejudice To The Imposition Of Appropriate Administrative, Civil, And Criminal Sanctions. A Bidder May Be Considered To Have Conflicting Interests With Another Bidder In Any Of The Events Described In Paragraphs (a) Through (c) Below And A General Conflict Of Interest In Any Of The Circumstances Set Out In Paragraphs (d) Through (f) Below: (a) A Bidder Has Controlling Shareholders In Common With Another Bidder; (b) A Bidder Receives Or Has Received Any Direct Or Indirect Subsidy From Any Other Bidder; (c) A Bidder Has The Same Legal Representative As That Of Another Bidder For Purposes Of This Bid; (d) A Bidder Has A Relationship, Directly Or Through Third Parties, That Puts Them In A Position To Have Access To Information About Or Influence On The Bid Of Another Bidder Or Influence The Decisions Of The Procuring Entity Regarding This Bidding Process. This Will Include A Firm Or An Organization Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project If The Personnel Would Be Involved In Any Capacity On The Same Project; (e) A Bidder Submits More Than One Bid In This Bidding Process. However, This Does Not Limit The Participation Of Subcontractors In More Than One Bid; Or (f) (g) A Bidder Who Participated As A Consultant In The Preparation Of The Design Or Technical Specifications Of The Goods And Related Services That Are The Subject Of The Bid. A Bidder Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement Or Implementation Of The Project, If The Personnel Would Be Involved In Any Capacity On The Same Project. 4.2 In Accordance With Section 47 Of The Irr Of Ra 9184, All Bidding Documents Shall Be Accompanied By A Sworn Affidavit Of The Bidder That It Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), Members Of The Technical Working Group (twg), Members Of The Bac Secretariat, The Head Of The Project Management Office (pmo) Or The End-user Unit, And The Project Consultants, By Consanguinity Or Affinity Up To The Third Civil Degree. On The Part Of The Bidder, This Clause Shall Apply To The Following Persons: (a) If The Bidder Is An Individual Or A Sole Proprietorship, To The Bidder Himself; (b) If The Bidder Is A Partnership, To All Its Officers And Members; (c) (d) If The Bidder Is A Corporation, To All Its Officers, Directors, And Controlling Stockholders; And If The Bidder Is A Cooperative, To All Its Officers, Directors And Controlling Share Holders Or Members; And (e) If The Bidder Is A Joint Venture (jv), The Provisions Of Items (a), (b), Or (c) Of This Clause Shall Correspondingly Apply To Each Of The Members Of The Said Jv, As May Be Appropriate Relationship Of The Nature Described Above Or Failure To Comply With This Clause Will Result In The Automatic Disqualification Of A Bidder. 5. Eligible Bidders 5.1 Unless Otherwise Indicated In The Bds, The Following Persons Shall Be Eligible To Participate In This Bidding: (a) Duly Licensed Filipino Citizens/sole Proprietorships; (b) Partnerships Duly Organized Under The Laws Of The Philippines And Of Which At Least Sixty Percent (60%) Of The Interest Belongs To Citizens Of The Philippines; (c) Corporations Duly Organized Under The Laws Of The Philippines, And Of Which At Least Sixty Percent (60%) Of The Outstanding Capital Stock Belongs To Citizens Of The Philippines; (d) Cooperatives Duly Organized Under The Laws Of The Philippines, And Of Which At Least Sixty Percent (60%) Of The Interest Belongs To Citizens Of The Philippines; And (e) Persons/entities Forming Themselves Into A Jv, I.e., A Group Of Two (2) Or More Persons/entities That Intend To Be Jointly And Severally Responsible Or Liable For A Particular Contract: Provided, However, That Filipino Ownership Or Interest Of The Joint Venture Concerned Shall Be At Least Sixty Percent (60%). 5.2 Foreign Bidders May Be Eligible To Participate When Any Of The Following Circumstances Exist, As Specified In The Bds. (a) When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra 9184 And Its Irr Allow Foreign Bidders To Participate; (b) Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; (c) When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or (d) When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3 Government Owned Or Controlled Corporations (goccs) May Be Eligible To Participate Only If They Can Establish That They (a) Are Legally And Financially Autonomous, (b) Operate Under Commercial Law, And (c) Are Not Attached Agencies Of The Procuring Entity. 5.4 Unless Otherwise Provided In The Bds, The Bidder Must Have Completed A Single Largest Completed Contract (slcc) Similar To The Project The Value Of Which, Adjusted If Necessary, By The Bidder To Current Prices Using The Philippine Statistics Authority (psa) Consumer Price Index, Must Be At Least Equivalent To A Percentage Of The Abc Stated In The Bds. For This Purpose, Contracts Similar To The Project Shall Be Those Described In The Bds, And Completed Within The Relevant Period Stated In The Invitation To Bid And Itb Clause 12.1(a)(ii). 5.5 Unless Otherwise Provided In The Bds, The Bidder Must Submit A Computation Of Its Net Financial Contracting Capacity (nfcc) Which Must Be At Least Equal To The Abc To Be Bid, Calculated As Follows: Nfcc = [(current Assets Minus Current Liabilities) (k)] Minus The Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. Where: K = 15 The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Latest Audited Financial Statements Submitted To The Bir, Through Its Electronic Filling And Payment System (efps). If The Prospective Bidder Opts To Submit A Committed Line Of Credit (clc), It Must Be At Least Equal To Ten Percent (10%) Of The Abc To Be Bid And Issued By Auniversal Or Commercial Bank. 6. Bidders Responsibilities 6.1 The Bidder Or Its Duly Authorized Representative Shall Submit A Sworn Statement In The Form Prescribed In Section Viii – Bidding Forms As Required In Itb Clause 12.1(b)(iv). 6.2 The Bidder Is Responsible For The Following: (a) Having Taken Steps To Carefully Examine All Of The Bidding Documents; (b) Having Acknowledged All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; (c) Having Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And (d) Having Complied With Its Responsibility To Inquire Or Secure Supplemental/bid Bulletin(s) As Provided Under Itb Clause 10.4; (e) Ensuring That It Is Not “blacklisted” Or Barred From Bidding By The Gop Or Any Of Its Agencies, Offices, Corporations, Or Lgus, Including Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Gppb, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting. (f) Ensuring That Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; (g) Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative/s To Verify All The Documents Submitted; (h) Ensuring That The Signatory Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The Bidder In The Bidding, With The Duly Notarized Secretary’s Certificate Attesting To Such Fact, If The Bidder Is A Corporation, Partnership, Cooperative, Or Joint Venture; (i) Complying With The Disclosure Provision Under Section 47 Of Ra 9184 In Relation To Other Provisions Of Ra 3019; And (j) (k) (l) Complying With Existing Labor Laws And Standards, In The Case Of Procurement Of Services Ensuring That It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Of Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. Failure To Observe Any Of The Above Responsibilities Shall Be At The Risk Of The Bidder Concerned. 6.3 The Bidder Is Expected To Examine All Instructions, Forms, Terms, And Specifications In The Bidding Documents. Unless Otherwise Indicated In The Bds, Failure To Furnish All Information Or Documentation Required In The Bidding Documents Shall Result In The Rejection Of The Bid And The Disqualification Of The Bidder. 6.4 It Shall Be The Sole Responsibility Of The Bidder To Determine And To Satisfy Itself By Such Means As It Considers Necessary Or Desirable As To All Matters Pertaining To The Contract To Be Bid, Including: (a) The Location And The Nature Of This Project; (b) Climatic Conditions; (c) Transportation Facilities; And (d) Other Factors That May Affect The Cost, Duration, And Execution Or Implementation Of This Project. 6.5 The Procuring Entity Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions By The Prospective Or Eligible Bidder Out Of The Data Furnished By The Procuring Entity. However, The Procuring Entity Shall Ensure That All Information In The Bidding Documents, Including Bid/supplemental Bid Bulletin/s Issued, Are Correct And Consistent. 6.6 The Bidder Shall Bear All Costs Associated With The Preparation And Submission Of His Bid, And The Procuring Entity Will In No Case Be Responsible Or Liable For Those Costs, Regardless Of The Conduct Or Outcome Of The Bidding Process. 6.7 Before Submitting Their Bids, The Bidder Is Deemed To Have Become Familiar With All Existing Laws, Decrees, Ordinances, Acts And Regulations Of The Philippines Which May Affect This Project In Any Way. 6.8 The Bidder Should Note That The Procuring Entity Will Accept Bids Only From Those That Have Paid The Non-refundable Fee For The Bidding Documents At The Office Indicated In The Invitation To Bid. 7. Origin Of Goods And Services Unless Otherwise Indicated In The Bds, There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The United Nations Security Council Taken Under Chapter Vii Of The Charter Of The United Nations, Subject To Itb Clause 27.1. 8. Subcontracts 8.1 Unless Otherwise Specified In The Bds, The Bidder May Subcontract Portions Of The Goods To An Extent As May Be Approved By The Procuring Entity And Stated In The Bds. However, Subcontracting Of Any Portion Shall Not Relieve The Bidder From Any Liability Or Obligation That May Arise From The Contract For This Project. 8.2 Subcontractors Must Comply With The Eligibility Criteria And The Documentary Requirements Specified In The Bds. In The Event That Any Subcontractor Is Found By The Procuring Entity To Be Ineligible, The Subcontracting Of Such Portion Of The Goods Shall Be Disallowed. 8.3 The Bidder May Identify The Subcontractor To Whom A Portion Of The Goods Will Be Subcontracted At Any Stage Of The Bidding Process Or During Contract Implementation. If The Bidder Opts To Disclose The Name Of The Subcontractor During Bid Submission, The Bidder Shall Include The Required Documents As Part Of The Technical Component Of Its Bid. B. Contents Of The Bidding Documents 9. Pre-bid Conference 9.1 If So Specified In The Bds, A Pre-bid Conference Shall Be Held At The Venue And On The Date Indicated Therein, To Clarify And Address The Bidders’ Questions On The Technical And Financial Components Of This Project. 9.2 Bidders Are Encouraged To Attend The Pre-bid Conference To Ensure That They Fully Understand The Procuring Entity’s Requirements. Non-attendance Of The Bidder Will In No Way Prejudice Its Bid; However, The Bidder Is Expected To Know The Changes And/or Amendments To The Bidding Documents Discussed During The Pre-bid Conference. 9.3 Any Statement Made At The Pre-bid Conference Shall Not Modify The Terms Of The Bidding Documents Unless Such Statement Is Specifically Identified In Writing As An Amendment Thereto And Issued As A Supplemental/bid Bulletin. 10. Clarification And Amendment Of Bidding Documents 10.1 Bidders Who Have Purchased The Bidding Documents May Request For Clarifications On Any Part Of The Bidding Documents For An Interpretation. Such A Request Must Be In Writing And Submitted To The Procuring Entity At The Address Indicated In The Bds At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.2 Supplemental/bid Bulletins May Be Issued Upon The Procuring Entity’s Initiative For Purposes Of Clarifying Or Modifying Any Provision Of The Bidding Documents Not Later Than Seven (7) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. Any Modification To The Bidding Documents Shall Be Identified As An Amendment. 10.3 Any Supplemental/bid Bulletin Issued By The Bac Shall Also Be Posted On The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity Concerned, If Available. It Shall Be The Responsibility Of All Bidders Who Secure The Bidding Documents To Inquire And Secure Supplemental/bid Bulletins That May Be Issued By The Bac. However, Bidders Who Have Submitted Bids Before The Issuance Of The Supplemental/bid Bulletin Must Be Informed And Allowed To Modify Or Withdraw Their Bids In Accordance With Itb Clause 23. C. Preparation Of Bids 11. Language Of Bids The Bid, As Well As All Correspondence And Documents Relating To The Bid Exchanged By The Bidder And The Procuring Entity, Shall Be Written In English. Supporting Documents And Printed Literature Furnished By The Bidder May Be In Another Language Provided They Are Accompanied By An Accurate Translation In English Certified By The Appropriate Embassy Or Consulate In The Philippines, In Which Case The English Translation Shall Govern For Purposes Of Interpretation Of The Bid. 12. Documents Comprising The Bid: Eligibility And Technical Components. 12.1 Unless Otherwise Indicated In The Bds, The First Envelope Shall Contain The Following Eligibility And Technical Documents: (a) Eligibility Documents - Class "a" Documents: (i) Philgeps Platinum Certificate Of Registration And Membership With Annex A In Accordance With Section 8.5.2 Of The Irr. (ii) Statement Of All Its Ongoing Government And Private Contracts Within The Period Stated In The Bds, Including Contracts Awarded But Not Yet Started, If Any. Statement Of The Bidder's Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, In Accordance With Itb Clause 5.4, Within The Relevant Period As Provided In The Bds. The Two Statements Required Shall Indicate For Each Contract The Following: (ii.1) Name Of The Contract; (ii.2) Date Of The Contract; (ii.3) Contract Duration; (ii.4) Owner's Name And Address; (ii.5) Kinds Of Goods; (ii.6) (ii.7) (ii.8) (ii.9) For Statement Of Ongoing Contracts- Amount Of Contract And Value Of Outstanding Contracts; For Statement Of Slcc-amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa's Consumer Price Index, If Necessary For The Purpose Of Meeting The Slcc Requirement; Date Of Delivery; And End User's Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Contract, If Completed, Which Shall Be Attached To The Statements. (iii) The Prospective Bidder’s Computation Of Its Net Financial Contracting Capacity (nfcc) Which Must Be At Least Equal To The Abc To Be Bid, Calculated As Follows: Nfcc = [(current Assets Minus Current Liabilities) (k)] Minus The Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. Where: K = 15 The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Data Submitted To The Bir, Through Its Electronic Filling And Payment System (efps). Or A Committed Line Of Credit From A Universal Or Commercial Bank (not Applicable To Procurement Of Infrastructure Projects) Class "b" Document: (iv) If Applicable, The Jva In Case The Joint Venture Is Already In Existence, Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. (b) Technical Documents - (i) Bid Security In Accordance With Itb Clause 18. If The Procuring Entity Requires The Bidders To Submit The Bid Security In The Form Of: (i.1) Cash Or Cashier’s/ Manager’s Check, Issued By A Universal Or Commercial Bank; Or (i.2) A Bank Draft/guarantee Or An Irrevocable Letter Of Credit Issued By A Universal/ Commercial Bank, It Shall Be Accompanied By A Confirmation From A Universal Or Commercial Bank, If Issued By A Foreign Bank; Or (i.3) (i.4) A Surety Bond Accompanied By A Certification Coming From An Authorized Insurance Commission That A Surety Or Insurance Company Is Authorized To Issue Such Instrument; Bid Securing Declaration (ii) (iii) Statement Of Compliance To The Schedule Of Requirements Conformity With Technical Specifications, As Enumerated And Specified In Sections Vi And Vii Of The Bidding Documents; And (iv) Sworn Statement In Accordance With Section 25.2(a)(iv) Of The Irr Of Ra 9184 And Using The Form Prescribed In Section Viii – Bidding Forms. 13. Documents Comprising The Bid: Financial Component 13.1 Unless Otherwise Stated In The Bds, The Financial Component Of The Bid Shall Contain The Following: (a) Financial Bid Form, Which Includes Bid Prices And The Bill Of Quantities And The Applicable Price Schedules, In Accordance With Itb Clauses 15.1 And 15.4; (b) If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification From The Dti, Sec, Or Cda Issued In Accordance With Itb Clause 27; And (c) Any Other Document Required In The Bds 13.2 Unless Otherwise Stated In The Bds, All Bids That Exceed The Abc Shall Not Be Accepted. 14. Alternative Bids Alternative Bids Shall Be Rejected. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 15. Bid Prices 15.1 The Bidder Shall Complete The Appropriate Price Schedules Included Herein, Stating The Unit Prices, Total Price Per Item, The Total Amount And The Expected Countries Of Origin Of The Goods To Be Supplied Under This Project. 15.2 The Bidder Shall Fill In Rates And Prices For All Items Of The Goods Described In The Bill Of Quantities. Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) Or A Dash (-) For The Said Item Would Mean That It Is Being Offered For Free To The Government. 15.3 The Terms Ex Works (exw), Cost, Insurance And Freight (cif), Cost And Insurance Paid To (cip), Delivered Duty Paid (ddp), And Other Trade Terms Used To Describe The Obligations Of The Parties, Shall Be Governed By The Rules Prescribed In The Current Edition Of The International Commercial Terms (incoterms) Published By The International Chamber Of Commerce, Paris. 15.4 Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: (a) For Goods Offered From Within The Procuring Entity’s Country (i) The Price Of The Goods Quoted Exw (ex Works, Ex Factory, Ex Warehouse, Ex Showroom, Or Off-the-shelf, As Applicable), Including All Customs Duties And Sales And Other Taxes Already Paid Or Payable (i.1) On The Components And Raw Material Used In The Manufacture Or Assembly Of Goods Quoted Ex Works Or Ex Factory; Or (i.2) On The Previously Imported Goods Of Foreign Origin Quoted Ex Warehouse, Ex Showroom, Or Off-the-shelf And Any Procuring Entity Country Sales And Other Taxes Which Will Be Payable On The Goods If The Contract Is Awarded. (ii) The Price For Inland Transportation, Insurance, And Other Local Costs Incidental To Delivery Of The Goods To Their Final Destination. (iii) The Price Of Other (incidental) Services, If Any, Listed In The Bds. (b) For Goods Offered From Abroad: (i) Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Ddp With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. (ii) The Price Of Other (incidental) Services, If Any, Listed In The Bds 15.5 Prices Quoted By The Bidder Shall Be Fixed During The Bidder’s Performance Of The Contract And Not Subject To Variation Or Price Escalation On Any Account, Unless Otherwise Specified In The Bds. A Bid Submitted With An Adjustable Price Quotation Shall Be Treated As Non-responsive And Shall Be Rejected, Pursuant To Itb Clause 24. 15.6 All Bid Prices Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Indicated In The Bds And Specified In The Gcc And Its Corresponding Scc Provision. 16. Bid Currencies 16.1 Prices Shall Be Quoted In The Following Currencies: (a) For Goods That The Bidder Will Supply From Within The Philippines, The Prices Shall Be Quoted In Philippine Pesos. (b) For Goods That The Bidder Will Supply From Outside The Philippines, The Prices May Be Quoted In The Currency(ies) Stated In The Bds. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 16.2 If So Allowed In Accordance With Itb Clause 16.1, The Procuring Entity For Purposes Of Bid Evaluation And Comparing The Bid Prices Will Convert The Amounts In Various Currencies In Which The Bid Price Is Expressed To Philippine Pesos At The Foregoing Exchange Rates. 16.3 Unless Otherwise Specified In The Bds, Payment Of The Contract Price Shall Be Made In Philippine Pesos. 17. Bid Validity 17.1 Bids Shall Remain Valid For The Period Specified In The Bds Which Shall Not Exceed One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 17.2 In Exceptional Circumstances, Prior To The Expiration Of The Bid Validity Period, The Procuring Entity May Request Bidders To Extend The Period Of Validity Of Their Bids. The Request And The Responses Shall Be Made In Writing. The Bid Security Described In Itb Clause 18 Should Also Be Extended Corresponding To The Extension Of The Bid Validity Period At The Least. A Bidder May Refuse The Request Without Forfeiting Its Bid Security, But His Bid Shall No Longer Be Considered For Further Evaluation And Award. A Bidder Granting The Request Shall Not Be Required Or Permitted To Modify Its Bid. 18. Bid Security 18.1 The Procuring Entity Shall Prescribe In The Bds The Acceptable Forms Of Bid Security That Bidders May Opt To Use, Which Shall Include The Bid Securing Declaration (bsd) Or Any Other Form Of Bid Security And The Amount Of Which Shall Be Equal To A Percentage Of The Abc In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (not Less Than The Percentage Of The Abc) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank Two Percent (2%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Five Percent (5%) For Biddings Conducted By Lgus, The Procuring Entity May Also Require Bidders To Submit Bid Securities In The Form Of Cashier’s/manager’s Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Such Financial Statement. The Bid Securing Declaration Mentioned Above Is An Undertaking Which States, Among Others, That The Bidder Shall Enter Into Contract With The Procuring Entity And Furnish The Performance Security Required Under Itb Clause 33.2, From Receipt Of The Notice Of Award, And Committing To Pay The Corresponding Fine, And Be Suspended For A Period Of Time From Being Qualified To Participate In Any Government Procurement Activity In The Event It Violates Any Of The Conditions Stated Therein As Provided In The Guidelines Issued By The Gppb. 18.2 The Bid Security Should Be Valid For The Period Specified In The Bds. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 18.3 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except To Those That Failed Or Declared As Post-disqualified, Upon Submission Of A Written Waiver Of Their Right To File A Motion For Reconsideration And/or Protest. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Bidder With The Lowest Calculated And Responsive Bid Has Signed The Contract And Furnished The Performance Security, But In No Case Later Than The Expiration Of The Bid Security Validity Period Indicated In Itb Clause 18.2. 18.4 Upon Signing And Execution Of The Contract Pursuant To Itb Clause 32, And The Posting Of The Performance Security Pursuant To Itb Clause 33, The Successful Bidder’s Bid Security Will Be Discharged, But In No Case Later Than The Bid Security Validity Period As Indicated In The Itb Clause 18.2. 18.5 The Bid Security May Be Forfeited: (a) If A Bidder: (i) Withdraws Its Bid During The Period Of Bid Validity Specified In Itb Clause 17; (ii) Does Not Accept The Correction Of Errors Pursuant To Itb Clause 28.3(b); (iii) Fails To Submit The Requirements Within The Prescribed Period, Or A Finding Against Their Veracity, As Stated In Itb Clause 29.2; Or (iv) Any Other Reason Stated In The Bds. (b) If The Successful Bidder: (i) Fails To Sign The Contract In Accordance With Itb Clause 32; (ii) Fails To Furnish Performance Security In Accordance With Itb Clause 33; Or (iii) Any Other Reason Stated In The Bds. 19. Format And Signing Of Bids 19.1 Bidders Shall Submit Their Bids Through Their Duly Authorized Representative Using The Appropriate Forms Provided In Section Viii – Bidding Forms On Or Before The Deadline Specified In The Itb Clauses 21 In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously. The First Shall Contain The Technical Component Of The Bid, Including The Eligibility Requirements Under Itb Clause 12.1, And The Second Shall Contain The Financial Component Of The Bid. 19.2 Forms As Mentioned In Itb Clause 19.1 Must Be Completed Without Any Alterations To Their Format, And No Substitute Form Shall Be Accepted. All Blank Spaces Shall Be Filled In With The Information Requested 19.3 The Bidder Shall Prepare And Submit An Original Of The First And Second Envelopes As Described In Itb Clauses 12 And 13. In Addition, The Bidder Shall Submit Copies Of The First And Second Envelopes. In The Event Of Any Discrepancy Between The Original And The Machine Copies, The Original Shall Prevail. 19.4 Each And Every Page Of The Bid Form, Including The Schedule Of Prices, Under Section Viii Hereof, Shall Be Signed By The Duly Authorized Representative/s Of The Bidder. Failure To Do So Shall Be A Ground For The Rejection Of The Bid. 19.5 Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder. 20. Sealing And Marking Of Bids 20.1 Unless Otherwise Indicated In The Bds, Bidders Shall Enclose Their Original Eligibility And Technical Documents Described In Itb Clause 12in One Sealed Envelope Marked “original - Technical Component”, And The Original Of Their Financial Component In Another Sealed Envelope Marked “original - Financial Component”, Sealing Them All In An Outer Envelope Marked “original Bid”. 20.2 Each Copy Of The First And Second Envelopes Shall Be Similarly Sealed Duly Marking The Inner Envelopes As “copy No. ___ - Technical Component” And “copy No. ___ – Financial Component” And The Outer Envelope As “copy No. ___”, Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. 20.3 The Original And The Number Of Copies Of The Bid As Indicated In The Bds Shall Be Typed Or Computerized In Indelible Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. 20.4 All Envelopes Shall (a) Contain The Name Of The Contract To Be Bid In Capital Letters; (b) Bear The Name And Address Of The Bidder In Capital Letters; (c) Be Addressed To The Procuring Entity’s Bac Identified In Itb Clause 1.1, (d) Bear The Specific Identification Of This Bidding Process Indicated In The Itb Clause 1.2; And (e) Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of Bids, In Accordance With Itb Clause 21. 20.5 Bid Envelopes That Are Not Properly Sealed And Marked As Required In The Bidding Documents, Shall Not Be Rejected, But The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Or The Procuring Entity Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or For Its Premature Opening. D. Submission And Opening Of Bids 21. Deadline For Submission Of Bids Bids Must Be Received By The Procuring Entity’s Bac At The Address And On Or Before The Date And Time Indicated In The Bds. 22. Late Bids Any Bid Submitted After The Deadline For Submission And Receipt Of Bids Prescribed By The Procuring Entity, Pursuant To Itb Clause 21, Shall Be Declared “late” And Shall Not Be Accepted By The Procuring Entity 23. Modification And Withdrawal Of Bids 23.1 The Bidder May Modify Its Bid After It Has Been Submitted; Provided That The Modification Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Bidder Shall Not Be Allowed To Retrieve Its Original Bid, But Shall Be Allowed To Submit Another Bid Equally Sealed, Properly Identified, Linked To Its Original Bid Marked As “technical Modification” Or “financial Modification” And Stamped “received” By The Bac. Bid Modifications Received After The Applicable Deadline Shall Not Be Considered And Shall Be Returned To The Bidder Unopened. 23.2 A Bidder May, Through A Letter Of Withdrawal, Withdraw Its Bid After It Has Been Submitted, For Valid And Justifiable Reason; Provided That The Letter Of Withdrawal Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Letter Of Withdrawal Must Be Executed By The Duly Authorized Representative Of The Bidder Identified In The Omnibus Sworn Statement, A Copy Of Which Should Be Attached To The Letter. 23.3 Bids Requested To Be Withdrawn In Accordance With Itb Clause 23.1 Shall Be Returned Unopened To The Bidders. A Bidder May Also Express Its Intention Not To Participate In The Bidding Through A Letter Which Should Reach And Be Stamped By The Bac Before The Deadline For Submission And Receipt Of Bids. A Bidder That Withdraws Its Bid Shall Not Be Permitted To Submit Another Bid, Directly Or Indirectly, For The Same Contract. 23.4 No Bid May Be Modified After The Deadline For Submission Of Bids. No Bid May Be Withdrawn In The Interval Between The Deadline For Submission Of Bids And The Expiration Of The Period Of Bid Validity Specified By The Bidder On The Financial Bid Form. Withdrawal Of A Bid During This Interval Shall Result In The Forfeiture Of The Bidder’s Bid Security, Pursuant To Itb Clause 18.5, And The Imposition Of Administrative, Civil And Criminal Sanctions As Prescribed By Ra 9184 And Its Irr 24. Opening And Preliminary Examination Of Bids 24.1 24.2 The Bac Shall Open The Bids In Public, Immediately After The Deadline For The Submission And Receipt Of Bids, As Specified In The Bds. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Bac Shall Take Custody Of The Bids Submitted And Reschedule The Opening Of Bids On The Next Working Day Or At The Soonest Possible Time Through The Issuance Of A Notice Of Postponement To Be Posted In The Philgeps Website Of The Procuring Entity Concerned, If Available. The Bac Shall Open The First Bid Envelopes Of Bidders In Public As Specified In The Bds To Determine Each Bidder’s Compliance With The Documents Prescribed In Itb Clause 12. For This Purpose, The Bac Shall Check The Submitted Documents Of Each Bidder Against A Checklist Of Required Documents To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion. If A Bidder Submits The Required Document, It Shall Be Rated “passed” For That Particular Requirement. In This Regard, Bids That Fail To Include Any Requirement Or Are Incomplete Or Patently Insufficient Shall Be Considered As “failed”. Otherwise, The Bac Shall Rate The Said First Bid Envelope As “passed”. 24.3 Immediately After Determining Compliance With The Requirements In The First Envelope, The Bac Shall Forthwith Open The Second Bid Envelope Of Each Remaining Eligible Bidder Whose First Bid Envelope Was Rated “passed”. The Second Envelope Of Each Complying Bidder Shall Be Opened Within The Same Day. In Case One Or More Of The Requirements In The Second Envelope Of A Particular Bid Is Missing, Incomplete Or Patently Insufficient, And/or If The Submitted Total Bid Price Exceeds The Abc Unless Otherwise Provided In Itb Clause 13.2, The Bac Shall Rate The Bid Concerned As “failed”. Only Bids That Are Determined To Contain All The Bid Requirements For Both Components Shall Be Rated “passed” And Shall Immediately Be Considered For Evaluation And Comparison 24.4 Letters Of Withdrawal Shall Be Read Out And Recorded During Bid Opening, And The Envelope Containing The Corresponding Withdrawn Bid Shall Be Returned To The Bidder Unopened. If The Withdrawing Bidder’s Representative Is In Attendance, The Original Bid And All Copies Thereof Shall Be Returned To The Representative During The Bid Opening. If The Representative Is Not In Attendance, The Bid Shall Be Returned Unopened By Registered Mail. The Bidder May Withdraw Its Bid Prior To The Deadline For The Submission And Receipt Of Bids, Provided That The Corresponding Letter Of Withdrawal Contains A Valid Authorization Requesting For Such Withdrawal, Subject To Appropriate Administrative Sanctions 24.5 If A Bidder Has Previously Secured A Certification From The Procuring Entity To The Effect That It Has Previously Submitted The Above-enumerated Class “a” Documents, The Said Certification May Be Submitted In Lieu Of The Requirements Enumerated In Itb Clause 12.1(a), Items (i) To (v). 24.6 In The Case Of An Eligible Foreign Bidder As Described In Itb Clause 5, The Class “a” Documents Described In Itb Clause 12.1(a) May Be Substituted With The Appropriate Equivalent Documents, If Any, Issued By The Country Of The Foreign Bidder Concerned. 24.7 Each Partner Of A Joint Venture Agreement Shall Likewise Submit The Requirements In Itb Clauses 12.1(a)(i) And 12.1(a)(ii). Submission Of Documents Required Under Itb Clauses 12.1(a)(iii) To 12.1(a)(v) By Any Of The Joint Venture Partners Constitutes Compliance. 24.8 The Procuring Entity Shall Prepare The Minutes Of The Proceedings Of The Bid Opening That Shall Include, As A Minimum: (a) Names Of Bidders, Their Bid Price, Bid Security, Findings Of Preliminary Examination; And (b) Attendance Sheet. The Bac Members Shall Sign The Abstract Of Bids As Read. E. Evaluation And Comparison Of Bids 25. Process To Be Confidential 25.1 Members Of The Bac, Including Its Staff And Personnel, As Well As Its Secretariat And Twg, Are Prohibited From Making Or Accepting Any Kind Of Communication With Any Bidder Regarding The Evaluation Of Their Bids Until The Issuance Of The Notice Of Award, Unless Otherwise Allowed In The Bds Or In The Case Of Itb Clause 26. 25.2 Any Effort By A Bidder To Influence The Procuring Entity In The Procuring Entity’s Decision In Respect Of Bid Evaluation, Bid Comparison Or Contract Award Will Result In The Rejection Of The Bidder’s Bid. 26. Clarification Of Bids To Assist In The Evaluation, Comparison, And Post-qualification Of The Bids, The Procuring Entity May Ask In Writing Any Bidder For A Clarification Of Its Bid. All Responses To Requests For Clarification Shall Be In Writing. Any Clarification Submitted By A Bidder In Respect To Its Bid And That Is Not In Response To A Request By The Procuring Entity Shall Not Be Considered. 27. Domestic Preference 27.1 Unless Otherwise Stated In The Bds, The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With The Following: (a) The Preference Shall Be Applied When (i) The Lowest Foreign Bid Is Lower Than The Lowest Bid Offered By A Domestic Bidder, Or (ii) The Lowest Bid Offered By A Non-philippine National Is Lower Than The Lowest Bid Offered By A Domestic Entity. (b) For Evaluation Purposes, The Lowest Foreign Bid Or The Bid Offered By A Non-philippine National Shall Be Increased By Fifteen Percent (15%). (c) In The Event That (i) The Lowest Bid Offered By A Domestic Entity Does Not Exceed The Lowest Foreign Bid As Increased, Or (ii) The Lowest Bid Offered By A Non-philippine National As Increased, Then The Procuring Entity Shall Award The Contract To The Domestic Bidder/entity At The Amount Of The Lowest Foreign Bid Or The Bid Offered By A Non-philippine National, As The Case May Be. (d) If The Domestic Entity/bidder Refuses To Accept The Award Of Contract At The Amount Of The Foreign Bid Or Bid Offered By A Non-philippine National Within Two (2) Calendar Days From Receipt Of Written Advice From The Bac, The Procuring Entity Shall Award To The Bidder Offering The Foreign Bid Or The Non-philippine National, As The Case May Be, Subject To Post-qualification And Submission Of All The Documentary Requirements Under These Bidding Documents. 27.2 A Bidder May Be Granted Preference As A Domestic Entity Subject To The Certification From The Dti (in Case Of Sole Proprietorships), Sec (in Case Of Partnerships And Corporations), Or Cda (in Case Of Cooperatives) That The (a) Sole Proprietor Is A Citizen Of The Philippines Or The Partnership, Corporation, Cooperative, Or Association Is Duly Organized Under The Laws Of The Philippines With At Least Seventy Five Percent (75%) Of Its Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, (b) Habitually Established In Business And Habitually Engaged In The Manufacture Or Sale Of The Merchandise Covered By His Bid, And (c) The Business Has Been In Existence For At Least Five (5) Consecutive Years Prior To The Advertisement And/or Posting Of The Invitation To Bid For This Project. 27.3 A Bidder May Be Granted Preference As A Domestic Bidder Subject To The Certification From The Dti That The Bidder Is Offering Unmanufactured Articles, Materials Or Supplies Of The Growth Or Production Of The Philippines, Or Manufactured Articles, Materials, Or Supplies Manufactured Or To Be Manufactured In The Philippines Substantially From Articles, Materials, Or Supplies Of The Growth, Production, Or Manufacture, As The Case May Be, Of The Philippines. 28. Detailed Evaluation And Comparison Of Bids 28.1 The Procuring Entity Will Undertake The Detailed Evaluation And Comparison Of Bids Which Have Passed The Opening And Preliminary Examination Of Bids, Pursuant To Itb Clause 24, In Order To Determine The Lowest Calculated Bid. 28.2 The Lowest Calculated Bid Shall Be Determined In Two Steps. (a) The Detailed Evaluation Of The Financial Component Of The Bids, To Establish The Correct Calculated Prices Of The Bids; And (b) The Ranking Of The Total Bid Prices As So Calculated From The Lowest To The Highest. The Bid With The Lowest Price Shall Be Identified As The Lowest Calculated Bid. 28.3 The Procuring Entity's Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. Unless Otherwise Specified In The Bds, The Bac Shall Consider The Following In The Evaluation Of Bids. (a) Completeness Of The Bid. Unless The Itb Specifically Allows Partial Bids, Bids Not Addressing Or Providing All Of The Required Items In The Schedule Of Requirements Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) Or A Dash (-) For The Said Item Would Mean That It Is Being Offered For Free To The Procuring Entity; And (b) Arithmetical Corrections. Consider Computational Errors And Omissions To Enable Proper Comparison Of All Eligible Bids. It May Also Consider Bid Modifications, If Allowed In The Bds. Any Adjustment Shall Be Calculated In Monetary Terms To Determine The Calculated Prices. 28.4 Based On The Detailed Evaluation Of Bids, Those That Comply With The Above-mentioned Requirements Shall Be Ranked In The Ascending Order Of Their Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, To Identify The Lowest Calculated Bid. Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, Which Exceed The Abc Shall Not Be Considered. 28.5 Unless Otherwise Indicated In The Bds, The Procuring Entity’s Evaluation Of Bids Shall Only Be Based On The Bid Price Quoted In The Financial Bid Form. 28.6 Bids Shall Be Evaluated On An Equal Footing To Ensure Fair Competition. For This Purpose, All Bidders Shall Be Required To Include In Their Bids The Cost Of All Taxes, Such As, But Not Limited To, Value Added Tax (vat), Income Tax, Local Taxes, And Other Fiscal Levies And Duties Which Shall Be Itemized In The Bid Form And Reflected In The Detailed Estimates. Such Bids, Including Said Taxes, Shall Be The Basis For Bid Evaluation And Comparison. 29. Post-qualification 29.1 The Procuring Entity Shall Determine To Its Satisfaction Whether The Bidder That Is Evaluated As Having Submitted The Lowest Calculated Bid (lcb) Complies With And Is Responsive To All The Requirements And Conditions Specified In Itb Clauses 5, 12, And 13. 29.2 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lcb, The Bidder Shall Submit The Following Documentary Requirements: (a) Latest Income And Business Tax Returns In The Form Specified In The Bds; (b) Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. Failure Of The Bidder Declared As Lowest Calculated Bid To Duly Submit The Above Requirements On Time Under This Clause Or A Finding Against The Veracity Of Such Shall Be Ground For Forfeiture Of The Bid Security And Disqualification Of The Bidder For Award. 29.3 The Determination Shall Be Based Upon An Examination Of The Documentary Evidence Of The Bidder’s Qualifications Submitted Pursuant To Itb Clauses 12 And 13, As Well As Other Information As The Procuring Entity Deems Necessary And Appropriate, Using A Non-discretionary “pass/fail” Criterion. 29.4 If The Bac Determines That The Bidder With The Lowest Calculated Bid Passes All The Criteria For Post-qualification, It Shall Declare The Said Bid As The Lowest Calculated Responsive Bid, And Recommend To The Head Of The Procuring Entity The Award Of Contract To The Said Bidder At Its Submitted Bid Price Or Its Calculated Bid Price, Whichever Is Lower. 29.5 A Negative Determination Shall Result In Rejection Of The Bidder’s Bid, In Which Event The Procuring Entity Shall Proceed To The Next Lowest Calculated Bid To Make A Similar Determination Of That Bidder’s Capabilities To Perform Satisfactorily. If The Second Bidder, However, Fails The Post Qualification, The Procedure For Post Qualification Shall Be Repeated For The Bidder With The Next Lowest Calculated Bid, And So On Until The Lowest Calculated Responsive Bid Is Determined For Contract Award. 29.6 Within A Period Not Exceeding Fifteen (15) Calendar Days From The Date Of Receipt Of The Recommendation Of The Bac, The Head Of The Procuring Entity Shall Approve Or Disapprove The Said Recommendation. 30. Reservation Clause 30.1 Notwithstanding The Eligibility Or Post-qualification Of A Bidder, The Procuring Entity Concerned Reserves The Right To Review Its Qualifications At Any Stage Of The Procurement Process If It Has Reasonable Grounds To Believe That A Misrepresentation Has Been Made By The Said Bidder, Or That There Has Been A Change In The Bidder’s Capability To Undertake The Project From The Time It Submitted Its Eligibility Requirements. Should Such Review Uncover Any Misrepresentation Made In The Eligibility And Bidding Requirements, Statements Or Documents, Or Any Changes In The Situation Of The Bidder Which Will Affect Its Capability To Undertake The Project So That It Fails The Preset Eligibility Or Bid Evaluation Criteria, The Procuring Entity Shall Consider The Said Bidder As Ineligible And Shall Disqualify It From Submitting A Bid Or From Obtaining An Award Or Contract. 30.2 Based On The Following Grounds, The Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding At Any Time Prior To The Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability, And Make No Assurance That A Contract Shall Be Entered Into As A Result Of The Bidding: (a) If There Is Prima Facie Evidence Of Collusion Between Appropriate Public Officers Or Employees Of The Procuring Entity, Or Between The Bac And Any Of The Bidders, Or If The Collusion Is Between Or Among The Bidders Themselves, Or Between A Bidder And A Third Party, Including Any Act Which Restricts, Suppresses Or Nullifies Or Tends To Restrict, Suppress Or Nullify Competition; (b) If The Procuring Entity’s Bac Is Found To Have Failed In Following The Prescribed Bidding Procedures; Or (c) For Any Justifiable And Reasonable Ground Where The Award Of The Contract Will Not Redound To The Benefit Of The Gop As Follows: (i) If The Physical And Economic Conditions Have Significantly Changed So As To Render The Project No Longer Economically, Financially Or Technically Feasible As Determined By The Head Of The Procuring Entity; (ii) If The Project Is No Longer Necessary As Determined By The Head Of The Procuring Entity; And (iii) If The Source Of Funds For The Project Has Been Withheld Or Reduced Through No Fault Of The Procuring Entity. 30.3 In Addition, The Procuring Entity May Likewise Declare A Failure Of Bidding When: (a) No Bids Are Received; (b) All Prospective Bidders Are Declared Ineligible; (c) All Bids Fail To Comply With All The Bid Requirements Or Fail Post-qualification; Or (d) The Bidder With The Lowest Calculated Responsive Bid Refuses, Without Justifiable Cause To Accept The Award Of Contract, And No Award Is Made In Accordance With Section 40 Of The Irr Of Ra 9184. F. Award Of Contract 31. Contract Award 31.1 Subject To Itb Clause 29, The Procuring Entity Shall Award The Contract To The Bidder Whose Bid Has Been Determined To Be The Lcrb. 31.2 Prior To The Expiration Of The Period Of Bid Validity, The Procuring Entity Shall Notify The Successful Bidder In Writing That Its Bid Has Been Accepted, Through A Notice Of Award Received Personally Or Sent By Registered Mail Or Electronically, Receipt Of Which Must Be Confirmed In Writing Within Two (2) Days By The Bidder With The Lcrb And Submitted Personally Or Sent By Registered Mail Or Electronically To The Procuring Entity. 31.3 Notwithstanding The Issuance Of The Notice Of Award, Award Of Contract Shall Be Subject To The Following Conditions: (a) Submission Of The Valid Jva, If Applicable, Within Ten (10) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That The Bidder Has The Lcrb; (b) Posting Of The Performance Security In Accordance With Itb Clause 33; (c) Signing Of The Contract As Provided In Itb Clause 32; And (d) Approval By Higher Authority, If Required. 31.4 At The Time Of Contract Award, The Procuring Entity Shall Not Increase Or Decrease The Quantity Of Goods Originally Specified In Section Vi – Schedule Of Requirements. 32. Signing Of The Contract 32.1 At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Contract Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 32.2 Within Ten (10) Calendar Days From Receipt Of The Notice Of Award, The Successful Bidder Shall Post The Required Performance Security And Sign And Date The Contract And Return It To The Procuring Entity. 32.3 The Procuring Entity Shall Enter Into Contract With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 32.4 The Following Documents Shall Form Part Of The Contract. (a) Contract Agreement; (b) Bidding Documents; (c) Winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted; (d) Performance Security; (e) Notice Of Award Of Contract; And (f) Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. 33. Performance Security 33.1 To Guarantee The Faithful Performance By The Winning Bidder Of Its Obligations Under The Contract, It Shall Post A Performance Security Within A Maximum Period Of Ten (10) Calendar Days From The Receipt Of The Notice Of Award From The Procuring Entity And In No Case Later Than The Signing Of The Contract. 33.2 The Procuring Entity Shall Prescribe At Least One (1) Acceptable Form Of Performance Security Taken From The Categories Below That Bidders May Opt To Use, Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity: Form Of Performance Security Amount Of Performance Security (not Less Than The Percentage Of The Total Contract Price) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank Five Percent (5%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Thirty Percent (30%) (d) Performance Securing Declaration (psd) None 33.3 Performance Security As Indicated In Section 17.1 (k) And 39 Of The 2016 Revised Irr Of Ra No. 9184, While Includes The Performance Securing Declaration (psd) As An Alternative Performance Security During A State Of Calamity Or Imposition Of Community Quarantine Pursuant To Gppb Resolution No. 09-2020. Failure Of The Successful Bidder To Comply With The Above-mentioned Requirement Shall Constitute Sufficient Ground For The Annulment Of The Award And Forfeiture Of The Bid Security, In Which Event The Procuring Entity Shall Initiate And Complete The Post Qualification Of The Second Lowest Calculated Bid. The Procedure Shall Be Repeated Until The Lcrb Is Identified And Selected For Contract Award. However If No Bidder Passed Post-qualification, The Bac Shall Declare The Bidding A Failure And Conduct A Re-bidding With Re-advertisement. 34. Notice To Proceed 34.1 Within Seven (7) Calendar Days From The Date Of Approval Of The Contract By The Appropriate Government Approving Authority, The Procuring Entity Shall Issue Its Notice To Proceed Together With A Copy Or Copies Of The Approved Contract To The Successful Bidder. All Notices Called For By The Terms Of The Contract Shall Be Effective Only At The Time Of Receipt Thereof By The Successful Bidder. 34.2 The Contract Effectivity Date Shall Be Provided In The Notice To Proceed By The Procuring Entity, Which Date Shall Not Be Later Than Seven (7) Calendar Days From The Issuance Of The Notice To Proceed. 35. Protest Mechanism Decision Of The Procuring Entity At Any Stage Of The Procurement Process May Be Questioned In Accordance With Section 55 Of The Revised Implementing Rules And Regulations Of Republic Act 9184. Section Iii – Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is The Local Government Of Badiangan, Iloilo 1.2 The Reference Is: Supply And Delivery Of Medical Supplies For Use Of Primary Care Facility (konsulta Use), Municipal Health Office, Badiangan, Iloilo. Project Identification No. 2025-023-b. 2.0 The Funding Source Is Through The General Fund (medical And Laboratory Supplies) Of The Local Government Of Badiangan, Iloilo In The Amount Of P 83,480.00. 5.1 No Further Instructions. 5.2 None Of The Circumstances Mentioned In The Itb Clause Exists In This Project. Foreign Bidders, Except Those Falling Under Itb Clause 5.2(b) And 5.2(c), May Not Participate In This Project. 5.4 The Bidder Must Have Completed, Within The Period Specified In The Invitation To Bid And Itb Clause 12.1(a)(ii), A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. For This Purpose, Similar Contracts Shall Refer To The Supply And Delivery Of Goods That Is/are Similar In Type And Brand To The Goods Being Bidded-out. 5.5 No Further Instructions. 6.3 No Further Instructions. 7 No Further Instructions. 8.1 Subcontracting Is Not Allowed. 8.2 Not Applicable. 9.1 Not Applicable. 10.1 The Procuring Entity’s Address Is: Badiangan Municipal Hall R.c. Tabiana St., Poblacion, Badiangan, Iloilo 5033 Contact Person: Mrs. Elenor G. Navio Head: Bac Secretariat Municipal Hall, Badiangan, Iloilo Tel. No. (033) 320-7809 C.p. No. 09079955688 12.1 The First Envelope Shall Contain The Eligibility And Technical Documents Stated In The Itb Clause. However, If The Bidder Maintains A Current And Updated File Of Its Class “a” Documents With The Bac Of The Local Government Of Badiangan, Iloilo, A Certification To That Effect Issued By Its Bac May Be Submitted In Lieu Of The Class “a” Documents. 12.1(a)(i) No Other Acceptable Proof Of Registration Is Recognized 12.1(a)(ii) The Statement Of All Ongoing And Single Largest Completed Government And Private Contracts Shall Include All Such Contracts Within The Last Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 13.1 No Additional Requirements. 13.2 The Approved Budget For The Contract (abc) Is: Ᵽ 83,480.00 Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. 15.4(a)(iii) No Incidental Services Required. 15.4(b) Not Applicable. 15.5 Bid Prices Shall Be Fixed. Adjustable Price Proposals Shall Be Treated As Non-responsive And Shall Be Rejected. 15.6 Extraordinary Circumstances Refer To Events That May Be Determined By The National Economic And Development Authority In Accordance With The Civil Code Of The Philippines, And Upon The Recommendation Of The Procuring Entity. 16.1(b) The Bid Prices For Goods Supplied From Outside Of The Philippines Shall Be Quoted In Philippine Pesos. 16.3 No Further Instructions. 17.1 Bids Shall Be Valid Until 120 Calendar Days After Bidding. 18.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration (bsd), Or Any Of The Following Forms: 1. P (2% Of Abc), If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or 2. P (5% Of Abc), If Bid Security Is In Surety Bond 18.2 The Bid Security Shall Be Valid Until 120 Calendar Days After Bidding. 18.5(a)(iv) The Following Are Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use Of One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post-qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons. 18.5(b)(iii) No Further Instructions. 20.1 The Documents Enclosed In The Original Bid Should Be Original Copy Or Duly Stamped Certified True/ Machine Copy With Printed Name And Signature Of The Owner Of The Company Or The Duly Authorized Representative Of The Company As Indicated In The Special Power Of Attorney (spa) Or Secretary’s Certificate. The Duly Authorized Representative Should Have A Specimen Signature In The Spa Or Secretary’s Certificate. 20.3 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. The Photocopied Copies Of The Documents Enclosed In The First And Second Components Of The Bid Should Be Duly Stamped Certified True/ Machine Copy With Printed Name And Signature Of The Owner Of The Company Or The Duly Authorized Representative Of The Company As Indicated In The Special Power Of Attorney (spa) Or Secretary’s Certificate. The Duly Authorized Representative Should Have A Specimen Signature In The Spa Or Secretary’s Certificate. 21 The Address For Submission Of Bids Is: Municipal Budget Office, Municipal Hall Badiangan, Iloilo The Deadline For Submission Of Bid Is: May 29, 2025; 8:30 A.m. 24.1 The Place Of Bid Opening Is: Municipal Social Hall, Badiangan, Iloilo The Date And Time Of Bid Opening Is: May 29, 2025; 9:00 A.m. 25.1 No Further Instructions. 27.1 No Further Instructions. 28.3 No Further Instructions. 28.3(b) Modification Of Bids Is Not Allowed. 28.5 No Further Instructions. 29.2(a) Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted. Note: The Latest Income And Business Tax Returns Are Those Within The Last Six Months Preceding The Date Of Bid Submission. 29.2(d) None Required. 32.4(g) None Required. 34.2 The Effective Date Of The Contract Is Seven (7) Calendar Days Upon Receipt Of Notice To Proceed Issued By The Procuring Entity. Section Iv. General Conditions Of Contract 1. Definitions 1.1 In This Contract, The Following Terms Shall Be Interpreted As Indicated. (a) “the Contract” Means The Agreement Entered Into Between The Procuring Entity And The Supplier, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. (b) “the Contract Price” Means The Price Payable To The Supplier Under The Contract For The Full And Proper Performance Of Its Contractual Obligations. (c) “the Goods” Means All Of The Supplies, Equipment, Machinery, Spare Parts, Other Materials And/or General Support Services Which The Supplier Is Required To Provide To The Procuring Entity Under The Contract. (d) “the Services” Means Those Services Ancillary To The Supply Of The Goods, Such As Transportation And Insurance, And Any Other Incidental Services, Such As Installation, Commissioning, Provision Of Technical Assistance, Training, And Other Such Obligations Of The Supplier Covered Under The Contract. (e) “gcc” Means The General Conditions Of Contract Contained In This Section. (f) “scc” Means The Special Conditions Of Contract. (g) “the Procuring Entity” Means The Organization Purchasing The Goods, As Named In The Scc,. (h) “the Procuring Entity’s Country” Is The Philippines. (i) “the Supplier” Means The Individual Contractor, Manufacturer, Distributor, Or Firm Supplying/manufacturing The Goods And Services Under This Contract And Named In The Scc, (j) The “funding Source” Means The Organization Named In The Scc,. (k) “the Project Site,” Where Applicable, Means The Place Or Places Named In The Scc, (l) “day” Means Calendar Day. (m) The “effective Date” Of The Contract Will Be The Date Of Receipt By The Supplier Of The Notice To Proceed Or The Date Provided In The Notice To Proceed. Performance Of All Obligations Shall Be Reckoned From The Effective Date Of The Contract. (n) “verified Report” Refers To The Report Submitted By The Implementing Unit To The Head Of The Procuring Entity Setting Forth Its Findings As To The Existence Of Grounds Or Causes For Termination And Explicitly Stating Its Recommendation For The Issuance Of A Notice To Terminate. 2. Corrupt, Fraudulent, Collusive, And Coercive Practices 2.1 The Procuring Entity As Well As The Bidders, Contractors, Or Suppliers Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of This Contract. In Pursuance Of This Policy, The Procuring Entity. (a) Defines, For The Purposes Of This Provision, The Terms Set Forth Below As Follows (i) "corrupt Practice" Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And It Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Government, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Republic Act 3019. (ii) "fraudulent Practice" Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition. (iii) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels. (iv) “coercive Practices “ Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Effect The Execution Of A Contract; (v) “obstructive Practice” Is (aa) Deliberately Destroying, Falsifying, Altering Or Concealing Of Evidence Material To An Administrative Proceedings Or Investigation Or Making False Statements To Investigators In Order To Materially Impede An Administrative Proceedings Or Investigation Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Into Allegations Of A Corrupt, Fraudulent, Coercive Or Intimidating Any Party To Prevent If From Disclosing Its Knowledge Of Matters Relevant To The Administrative Proceedings Or Investigation Or From Pursuing Such Proceedings Or Investigation; Or (bb) Acts Intended To Materially Impede The Exercise Of The Inspection And Audit Rights Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Herein. (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Any Of The Practices Mentioned In This Clause For Purposes Of Competing For The Contract. 3. Inspection And Audit By The Funding Source The Supplier Shall Permit The Funding Source To Inspect The Supplier’s Accounts And Records Relating To The Performance Of The Supplier And To Have Them Audited By Auditors Appointed By The Funding Source, If So Required By The Funding Source. 4. Governing Law And Language 4.1 This Contract Shall Be Interpreted In Accordance With The Laws Of The Republic Of The Philippines. 4.2 This Contract Has Been Executed In The English Language, Which Shall Be The Binding And Controlling Language For All Matters Relating To The Meaning Or Interpretation Of This Contract. All Correspondence And Other Documents Pertaining To This Contract Exchanged By The Parties Shall Be Written In English. 5. Notices 5.1 Any Notice, Request, Or Consent Required Or Permitted To Be Given Or Made Pursuant To This Contract Shall Be In Writing. Any Such Notice, Request, Or Consent Shall Be Deemed To Have Been Given Or Made When Received By The Concerned Party, Either In Person Or Through An Authorized Representative Of The Party To Whom The Communication Is Addressed, Or When Sent By Registered Mail, Telex, Telegram, Or Facsimile To Such Party At The Address Specified In The Scc, Which Shall Be Effective When Delivered And Duly Received Or On The Notice’s Effective Date, Whichever Is Later. 5.2 A Party May Change Its Address For Notice Hereunder By Giving The Other Party Notice Of Such Change Pursuant To The Provisions Listed In The Scc For Gcc Clause 5.1. 6. Scope Of Contract 6.1 The Goods And Related Services To Be Provided Shall Be As Specified In Section Vi – Schedule Of Requirements. 6.2 This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. Any Additional Requirements For The Completion Of This Contract Shall Be Provided In The Scc 7. Subcontracting 7.1 Subcontracting Of Any Portion Of The Goods, If Allowed In The Bds, Does Not Relieve The Supplier Of Any Liability Or Obligation Under This Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants Or Workmen As Fully As If These Were The Supplier’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants Or Workmen. 7.2 Subcontractors Disclosed And Identified During The Bidding May Be Changed During The Implementation Of This Contract, Subject To Compliance With The Required Qualifications And The Approval Of The Procuring Entity. 8. Procuring Entity’s Responsibilities 8.1 Whenever The Performance Of The Obligations In This Contract Requires That The Supplier Obtain Permits, Approvals, Import, And Other Licenses From Local Public Authorities, The Procuring Entity Shall, If So Needed By The Supplier, Make Its Best Effort To Assist The Supplier In Complying With Such Requirements In A Timely And Expeditious Manner. 8.2 The Procuring Entity Shall Pay All Costs Involved In The Performance Of Its Responsibilities In Accordance With Gcc Clause 6. 9. Prices Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under This Contract Shall Not Vary From The Prices Quoted By The Supplier In Its Bid, With The Exception Of Any Change In Price Resulting From A Change Order Issued In Accordance With Gcc Clause 29, Or If Applicable, Adjustments Authorized In Accordance With The Price Adjustment Provisions Specified In The Scc.. 10. Payment 10.1 Unless Otherwise Specified In The Scc, Payments Shall Be Made Only Upon A Certification By The Head Of The Procuring Entity To The Effect That The Goods Have Been Rendered Or Delivered In Accordance With The Terms Of This Contract And Have Been Duly Inspected And Accepted. Except With The Prior Approval Of The President No Payment Shall Be Made For Services Not Yet Rendered Or For Supplies And Materials Not Yet Delivered Under This Contract. Ten Percent (10%) Of The Amount Of Each Payment Shall Be Retained By The Procuring Entity To Cover The Supplier’s Warranty Obligations Under This Contract As Described In Gcc Clause 17. 10.2 The Supplier’s Request(s) For Payment Shall Be Made To The Procuring Entity In Writing, Accompanied By An Invoice Describing, As Appropriate, The Goods Delivered And/or Services Performed, And By Documents Submitted Pursuant To The Scc Provision For Gcc Clause 6.2, And Upon Fulfillment Of Other Obligations Stipulated In This Contract. 10.3 Pursuant To Gcc Clause 10.2, Payments Shall Be Made Promptly By The Procuring Entity, But In No Case Later Than Sixty (60) Days After Submission Of An Invoice Or Claim By The Supplier. 10.4 Unless Otherwise Specified In The Scc, The Currency In Which Payment Is Made To The Supplier Under This Contract Shall Be In Philippine Pesos. 11. Advance Payment 11.1 Advance Payment Shall Be Made Only After Prior Approval Of The President, And Shall Not Exceed Fifteen Percent (15%) Of The Contract Amount, Unless Otherwise Directed By The President Or In Cases Allowed Under Annex “d” Of Ra 9184. 11.2 For Goods Supplied From Abroad, The Terms Of Payment Shall Be As Follows: (a) On Contract Signature: Fifteen Percent (15%) Of The Contract Price Shall Be Paid Within Sixty (60) Days From Signing Of The Contract And Upon Submission Of A Claim And A Bank Guarantee For The Equivalent Amount Valid Until The Goods Are Delivered And In The Form Provided In Section Viii. Bidding Forms. (b) On Delivery: Sixty-five Percent (65%) Of The Contract Price Shall Be Paid To The Supplier Within Sixty (60) Days After The Date Of Receipt Of The Goods And Upon Submission Of The Documents (i) Through (vi) Specified In The Scc Provision On Delivery And Documents. (c) On Acceptance: The Remaining Twenty Percent (20%) Of The Contract Price Shall Be Paid To The Supplier Within Sixty (60) Days After The Date Of Submission Of The Acceptance And Inspection Certificate For The Respective Delivery Issued By The Procuring Entity’s Authorized Representative. In The Event That No Inspection Or Acceptance Certificate Is Issued By The Procuring Entity’s Authorized Representative Within Forty Five (45) Days Of The Date Shown On The Delivery Receipt The Supplier Shall Have The Right To Claim Payment Of The Remaining Twenty Percent (20%) Subject To The Procuring Entity’s Own Verification Of The Reason(s) For The Failure To Issue Documents (vii) And (viii) As Described In The Scc Provision On Delivery And Documents. 11.3 All Progress Payments Shall First Be Charged Against The Advance Payment Until The Latter Has Been Fully Exhausted. 12. Taxes And Duties The Supplier, Whether Local Or Foreign, Shall Be Entirely Responsible For All The Necessary Taxes, Stamp Duties, License Fees, And Other Such Levies Imposed For The Completion Of This Contract. 13. Performance Security 13.1 Unless Otherwise Specified In The Scc, Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any The Forms Prescribed In The Itb Clause 33.2. 13.2 The Performance Security Posted In Favor Of The Procuring Entity Shall Be Forfeited In The Event It Is Established That The Winning Bidder Is In Default In Any Of Its Obligations Under The Contract 13.3 The Performance Security Shall Remain Valid Until Issuance By The Procuring Entity Of The Certificate Of Final Acceptance. 13.4 Unless Otherwise Specified In The Scc, The Performance Security May Be Released By The Procuring Entity And Returned To The Supplier After The Issuance Of The Certificate Of Final Acceptance Subject To The Following Conditions. (a) There Are No Pending Claims Against The Supplier Or The Surety Company Filed By The Procuring Entity; (b) The Supplier Has No Pending Claims For Labor And Materials Filed Against It; And (c) Other Terms Specified In The Scc 13.5 In Case Of A Reduction Of The Contract Value, The Procuring Entity Shall Allow A Proportional Reduction In The Original Performance Security, Provided That Any Such Reduction Is More Than Ten Percent (10%) And That The Aggregate Of Such Reductions Is Not More Than Fifty Percent (50%) Of The Original Performance Security. 14. Use Of Contract Documents And Information 14.1 The Supplier Shall Not, Except For Purposes Of Performing The Obligations In This Contract, Without The Procuring Entity’s Prior Written Consent, Disclose This Contract, Or Any Provision Thereof, Or Any Specification, Plan, Drawing, Pattern, Sample, Or Information Furnished By Or On Behalf Of The Procuring Entity. Any Such Disclosure Shall Be Made In Confidence And Shall Extend Only As Far As May Be Necessary For Purposes Of Such Performance. 14.2 Any Document, Other Than This Contract Itself, Enumerated In Gcc Clause 14.1shall Remain The Property Of The Procuring Entity And Shall Be Returned (all Copies) To The Procuring Entity On Completion Of The Supplier’s Performance Under This Contract If So Required By The Procuring Entity. 15. Standards The Goods Provided Under This Contract Shall Conform To The Standards Mentioned In The Section Vii – Technical Specifications,; And, When No Applicable Standard Is Mentioned, To The Authoritative Standards Appropriate To The Goods’ Country Of Origin. Such Standards Shall Be The Latest Issued By The Institution Concerned. 16. Inspection And Tests 16.1 The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Contract Specifications At No Extra Cost To The Procuring Entity. The Scc And Section Vii – Technical Specifications Shall Specify What Inspections And/or Tests The Procuring Entity Requires And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. 16.2 If Applicable, The Inspections And Tests May Be Conducted On The Premises Of The Supplier Or Its Subcontractor(s), At Point Of Delivery, And/or At The Goods’ Final Destination. If Conducted On The Premises Of The Supplier Or Its Subcontractor(s), All Reasonable Facilities And Assistance, Including Access To Drawings And Production Data, Shall Be Furnished To The Inspectors At No Charge To The Procuring Entity. 16.3 The Procuring Entity Or Its Designated Representative Shall Be Entitled To Attend The Tests And/or Inspections Referred To In This Clause Provided That The Procuring Entity Shall Bear All Of Its Own Costs And Expenses Incurred In Connection With Such Attendance Including, But Not Limited To, All Traveling And Board And Lodging Expenses. 16.4 The Procuring Entity May Reject Any Goods Or Any Part Thereof That Fail To Pass Any Test And/or Inspection Or Do Not Conform To The Specifications. The Supplier Shall Either Rectify Or Replace Such Rejected Goods Or Parts Thereof Or Make Alterations Necessary To Meet The Specifications At No Cost To The Procuring Entity, And Shall Repeat The Test And/or Inspection, At No Cost To The Procuring Entity, Upon Giving A Notice Pursuant To Gcc Clause 5. 16.5 The Supplier Agrees That Neither The Execution Of A Test And/or Inspection Of The Goods Or Any Part Thereof, Nor The Attendance By The Procuring Entity Or Its Representative, Shall Release The Supplier From Any Warranties Or Other Obligations Under This Contract. 17. Warranty 17.1 The Supplier Warrants That The Goods Supplied Under The Contract Are New, Unused, Of The Most Recent Or Current Models, And That They Incorporate All Recent Improvements In Design And Materials, Except When The Technical Specifications Required By The Procuring Entity Provides Otherwise. 17.2 The Supplier Further Warrants That All Goods Supplied Under This Contract Shall Have No Defect, Arising From Design, Materials, Or Workmanship Or From Any Act Or Omission Of The Supplier That May Develop Under Normal Use Of The Supplied Goods In The Conditions Prevailing In The Country Of Final Destination. 17.3 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier For A Minimum Period Specified In The Scc. The Obligation For The Warranty Shall Be Covered By, At The Supplier’s Option, Either Retention Money In An Amount Equivalent To At Least One Percent (1%) Of Every Progress Payment, Or A Special Bank Guarantee Equivalent To At Least One Percent (1%) Of The Contract Price Or Other Such Amount If So Specified In Thescc. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Specified In The Scc; Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under This Contract Have Been Fully Met. 17.4 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Within The Period Specified In The Scc And With All Reasonable Speed, Repair Or Replace The Defective Goods Or Parts Thereof, Without Cost To The Procuring Entity 17.5 If The Supplier, Having Been Notified, Fails To Remedy The Defect(s) Within The Period Specified In Gcc Clause 17.4, The Procuring Entity May Proceed To Take Such Remedial Action As May Be Necessary, At The Supplier’s Risk And Expense And Without Prejudice To Any Other Rights Which The Procuring Entity May Have Against The Supplier Under The Contract And Under The Applicable Law 18 Delays In The Supplier’s Performance 18.1 Delivery Of The Goods And/or Performance Of Services Shall Be Made By The Supplier In Accordance With The Time Schedule Prescribed By The Procuring Entity In Section Vi – Schedule Of Requirements. 18.2 If At Any Time During The Performance Of This Contract, The Supplier Or Its Subcontractor(s) Should Encounter Conditions Impeding Timely Delivery Of The Goods And/or Performance Of Services, The Supplier Shall Promptly Notify The Procuring Entity In Writing Of The Fact Of The Delay, Its Likely Duration And Its Cause(s). As Soon As Practicable After Receipt Of The Supplier’s Notice, And Upon Causes Provided For Under Gcc Clause 22, The Procuring Entity Shall Evaluate The Situation And May Extend The Supplier’s Time For Performance, In Which Case The Extension Shall Be Ratified By The Parties By Amendment Of Contract. 18.3 Except As Provided Under Gcc Clause 22, A Delay By The Supplier In The Performance Of Its Obligations Shall Render The Supplier Liable To The Imposition Of Liquidated Damages Pursuant To Gcc Clause 19, Unless An Extension Of Time Is Agreed Upon Pursuant To Gcc Clause 29 Without The Application Of Liquidated Damages. 19. Liquidated Damages Subject To Gcc Clause 18 And 22, If The Supplier Fails To Satisfactorily Deliver Any Or All Of The Goods And/or To Perform The Services Within The Period(s) Specified In This Contract Inclusive Of Duly Granted Time Extensions If Any, The Procuring Entity Shall, Without Prejudice To Its Other Remedies Under This Contract And Under The Applicable Law, Deduct From The Contract Price, As Liquidated Damages, A Sum Equivalent To The Percentage Specified In Thescc Of The Delivered Price Of The Delayed Goods Or Unperformed Services For Each Week Or Part Thereof Of Delay Until Actual Delivery Or Performance, Up To A Maximum Deduction Of The Percentage Specified In The Scc. Once The Maximum Is Reached, The Procuring Entity Shall Rescind The Contract Pursuant To Gcc Clause 23, Without Prejudice To Other Courses Of Action And Remedies Open To It. 20. Settlement Of Disputes 20.1 If Any Dispute Or Difference Of Any Kind Whatsoever Shall Arise Between The Procuring Entity And The Supplier In Connection With Or Arising Out Of This Contract, The Parties Shall Make Every Effort To Resolve Amicably Such Dispute Or Difference By Mutual Consultation. 20.2 If After Thirty (30) Days, The Parties Have Failed To Resolve Their Dispute Or Difference By Such Mutual Consultation, Then Either The Procuring Entity Or The Supplier May Give Notice To The Other Party Of Its Intention To Commence Arbitration, As Hereinafter Provided, As To The Matter In Dispute, And No Arbitration In Respect Of This Matter May Be Commenced Unless Such Notice Is Given. 20.3 Any Dispute Or Difference In Respect Of Which A Notice Of Intention To Commence Arbitration Has Been Given In Accordance With This Clause Shall Be Settled By Arbitration. Arbitration May Be Commenced Prior To Or After Delivery Of The Goods Under This Contract. 20.4 Arbitration Proceedings Shall Be Conducted In Accordance With The Rules Of Procedure Specified In The Scc. 20.5 Notwithstanding Any Reference To Arbitration Herein, The Parties Shall Continue To Perform Their Respective Obligations Under The Contract Unless They Otherwise Agree; And The Procuring Entity Shall Pay The Supplier Any Monies Due The Supplier. 21 Liability Of The Supplier 21.1 Subject To Additional Provisions, If Any, Set Forth In The Scc, The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. 21.2 Except In Cases Of Criminal Negligence Or Willful Misconduct, And In The Case Of Infringement Of Patent Rights, If Applicable, The Aggregate Liability Of The Supplier To The Procuring Entity Shall Not Exceed The Total Contract Price, Provided That This Limitation Shall Not Apply To The Cost Of Repairing Or Replacing Defective Equipment. 22. Force Majeure 22.1 The Supplier Shall Not Be Liable For Forfeiture Of Its Performance Security, Liquidated Damages, Or Termination For Default If And To The Extent That Its Delay In Performance Or Other Failure To Perform Its Obligations Under The Contract Is The Result Of A Force Majeure. 22.2 For Purposes Of This Contract The Terms “force Majeure” And “fortuitous Event” May Be Used Interchangeably. In This Regard, A Fortuitous Event Or Force Majeure Shall Be Interpreted To Mean An Event Which The Contractor Could Not Have Foreseen, Or Which Though Foreseen, Was Inevitable. It Shall Not Include Ordinary Unfavorable Weather Conditions; And Any Other Cause The Effects Of Which Could Have Been Avoided With The Exercise Of Reasonable Diligence By The Contractor. 22.3 If A Force Majeure Situation Arises, The Supplier Shall Promptly Notify The Procuring Entity In Writing Of Such Condition And The Cause Thereof. Unless Otherwise Directed By The Procuring Entity In Writing, The Supplier Shall Continue To Perform Its Obligations Under The Contract As Far As Is Reasonably Practical, And Shall Seek All Reasonable Alternative Means For Performance Not Prevented By The Force Majeure. 23. Termination For Default 23.1 The Procuring Entity Shall Terminate This Contract For Default When Any Of The Following Conditions Attends Its Implementation. (a) Outside Of Force Majeure, The Supplier Fails To Deliver Or Perform Any Or All Of The Goods Within The Period(s) Specified In The Contract, Or Within Any Extension Thereof Granted By The Procuring Entity Pursuant To A Request Made By The Supplier Prior To The Delay, And Such Failure Amounts To At Least Ten Percent (10%) Of The Contact Price; (b) As A Result Of Force Majeure, The Supplier Is Unable To Deliver Or Perform Any Or All Of The Goods, Amounting To At Least Ten Percent (10%) Of The Contract Price, For A Period Of Not Less Than Sixty (60) Calendar Days After Receipt Of The Notice From The Procuring Entity Stating That The Circumstance Of Force Majeure Is Deemed To Have Ceased; Or (c) The Supplier Fails To Perform Any Other Obligation Under The Contract.. 23.2 In The Event The Procuring Entity Terminates This Contract In Whole Or In Part, For Any Of The Reasons Provided Under Gcc Clauses 23 To 26, The Procuring Entity May Procure, Upon Such Terms And In Such Manner As It Deems Appropriate, Goods Or Services Similar To Those Undelivered, And The Supplier Shall Be Liable To The Procuring Entity For Any Excess Costs For Such Similar Goods Or Services. However, The Supplier Shall Continue Performance Of This Contract To The Extent Not Terminated. 23.3 In Case The Delay In The Delivery Of The Goods And/or Performance Of The Services Exceeds A Time Duration Equivalent To Ten Percent (10%) Of The Specified Contract Time Plus Any Time Extension Duly Granted To The Supplier, The Procuring Entity May Terminate This Contract, Forfeit The Supplier's Performance Security And Award The Same To A Qualified Supplier. 24. Termination For Insolvency The Procuring Entity Shall Terminate This Contract If The Supplier Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. In This Event, Termination Will Be Without Compensation To The Supplier, Provided That Such Termination Will Not Prejudice Or Affect Any Right Of Action Or Remedy Which Has Accrued Or Will Accrue Thereafter To The Procuring Entity And/or The Supplier. 25. Termination For Convenience 25.1 The Procuring Entity May Terminate This Contract, In Whole Or In Part, At Any Time For Its Convenience. The Head Of The Procuring Entity May Terminate A Contract For The Convenience Of The Government If He Has Determined The Existence Of Conditions That Make Project Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event(s) Or Changes In Law And National Government Policies. 25.2 The Goods That Have Been Delivered And/or Performed Or Are Ready For Delivery Or Performance Within Thirty (30) Calendar Days After The Supplier’s Receipt Of Notice To Terminate Shall Be Accepted By The Procuring Entity At The Contract Terms And Prices. For Goods Not Yet Performed And/or Ready For Delivery, The Procuring Entity May Elect: (a) To Have Any Portion Delivered And/or Performed And Paid At The Contract Terms And Prices; And/or (b) To Cancel The Remainder And Pay To The Supplier An Agreed Amount For Partially Completed And/or Performed Goods And For Materials And Parts Previously Procured By The Supplier. 25.3 If The Supplier Suffers Loss In Its Initial Performance Of The Terminated Contract, Such As Purchase Of Raw Materials For Goods Specially Manufactured For The Procuring Entity Which Cannot Be Sold In Open Market, It Shall Be Allowed To Recover Partially From This Contract, On A Quantum Meruit Basis. Before Recovery May Be Made, The Fact Of Loss Must Be Established Under Oath By The Supplier To The Satisfaction Of The Procuring Entity Before Recovery May Be Made. 26. Termination For Unlawful Acts 26.1 The Procuring Entity May Terminate This Contract In Case It Is Determined Prima Facie That The Supplier Has Engaged, Before Or During The Implementation Of This Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation. Unlawful Acts Include, But Are Not Limited To, The Following: (a) Corrupt, Fraudulent, And Coercive Practices As Defined In Itb Clause 3.1(a); (b) Drawing Up Or Using Forged Documents; (c) Using Adulterated Materials, Means Or Methods, Or Engaging In Production Contrary To Rules Of Science Or The Trade; And (d) Any Other Act Analogous To The Foregoing. 27. Procedures For Termination Of Contracts 27.1 The Following Provisions Shall Govern The Procedures For Termination Of This Contract: (a) Upon Receipt Of A Written Report Of Acts Or Causes Which May Constitute Ground(s) For Termination As Aforementioned, Or Upon Its Own Initiative, The Implementing Unit Shall, Within A Period Of Seven (7) Calendar Days, Verify The Existence Of Such Ground(s) And Cause The Execution Of A Verified Report, With All Relevant Evidence Attached; (b) Upon Recommendation By The Implementing Unit, The Head Of The Procuring Entity Shall Terminate This Contract Only By A Written Notice To The Supplier Conveying The Termination Of This Contract. The Notice Shall State: (i) That This Contract Is Being Terminated For Any Of The Ground(s) Afore-mentioned, And A Statement Of The Acts That Constitute The Ground(s) Constituting The Same; (ii) The Extent Of Termination, Whether In Whole Or In Part; (iii) An Instruction To The Supplier To Show Cause As To Why This Contract Should Not Be Terminated; (iv) Special Instructions Of The Procuring Entity, If Any. (c) The Notice To Terminate Shall Be Accompanied By A Copy Of The Verified Report; (d) Within A Period Of Seven (7) Calendar Days From Receipt Of The Notice Of Termination, The Supplier Shall Submit To The Head Of The Procuring Entity A Verified Position Paper Stating Why This Contract Should Not Be Terminated. If The Supplier Fails To Show Cause After The Lapse Of The Seven (7) Day Period, Either By Inaction Or By Default, The Head Of The Procuring Entity Shall Issue An Order Terminating This Contract; (e) The Procuring Entity May, At Anytime Before Receipt Of The Supplier’s Verified Position Paper To Withdraw The Notice To Terminate If It Is Determined That Certain Items Or Works Subject Of The Notice Had Been Completed, Delivered, Or Performed Before The Supplier’s Receipt Of The Notice; (f) Within A Non-extendible Period Of Ten (10) Calendar Days From Receipt Of The Verified Position Paper, The Head Of The Procuring Entity Shall Decide Whether Or Not To Terminate This Contract. It Shall Serve A Written Notice To The Supplier Of Its Decision And, Unless Otherwise Provided, This Contract Is Deemed Terminated From Receipt Of The Supplier Of The Notice Of Decision. The Termination Shall Only Be Based On The Ground(s) Stated In The Notice To Terminate; (g) The Head Of The Procuring Entity May Create A Contract Termination Review Committee (ctrc) To Assist Him In The Discharge Of This Function. All Decisions Recommended By The Ctrc Shall Be Subject To The Approval Of The Head Of The Procuring Entity; And (h) The Supplier Must Serve A Written Notice To The Procuring Entity Of Its Intention To Terminate The Contract At Least Thirty (30) Calendar Days Before Its Intended Termination. The Contract Is Deemed Terminated If It Is Not Resumed In Thirty (30) Calendar Days After The Receipt Of Such Notice By The Procuring Entity. 28. Assignment Of Rights The Supplier Shall Not Assign His Rights Or Obligations Under This Contract, In Whole Or In Part, Except With The Procuring Entity’s Prior Written Consent. 29. Contract Amendment Subject To Applicable Laws, No Variation In Or Modification Of The Terms Of This Contract Shall Be Made Except By Written Amendment Signed By The Parties. 30. Application These General Conditions Shall Apply To The Extent That They Are Not Superseded By Provisions Of Other Parts Of This Contract. Section V – Special Conditions Of Contract Scc Clause 1.1(g) The Procuring Entity Is The Local Government Of Badiangan, Iloilo. 1.1(i) The Supplier Is ________________________________. 1.1(j) The Funding Source Is Through The General Fund (medical And Laboratory Supplies) Of The Local Government Of Badiangan, Iloilo. The Total Approved Budget For The Contract Is Eighty Three Thousand Four Hundred Eighty Pesos Only (ᵽ 83,480.00) 1.1(k) The Project Site Or The Delivery Of The Goods Shall Be At The Municipal Health Office, Badiangan, Iloilo. 5.1 The Procuring Entity’s Address For Notices Is: Atty. Suzette A. Mamon Municipal Mayor Badiangan Municipal Hall R.c. Tabiana St., Poblacion, Badiangan, Iloilo 5033 Tel. No: Mayor’s Office (033-320-0807) 6.2 The Additional Requirements For The Completion Of This Contract Are As Follows: Delivery And Documents - For Purposes Of The Contract(s), “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of The Contract(s) Shall Be As Follows: For Domestic Suppliers, “the Delivery Terms Applicable To This Contract Are Delivered To The Municipal Health Office, Badiangan, Iloilo. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi – Schedule Of Requirements. The Details Of Shipping And/or Other Documents To Be Furnished By The Supplier Are As Follows: Upon Delivery Of Goods To The Project Site, The Supplier Shall Notify The Procuring Entity And Present The Following Documents To The Procuring Entity: (i) Original And Four Copies Of The Supplier’s Invoice Showing Goods’ Description, Quantity, Unit Price, And Total Amount; (ii) Original And Four Copies Delivery Receipt/note, Railway Receipt Or Truck Receipt; (iii) Original Supplier’s Factory Inspection Report; (iv) Original And Four Copies Of The Manufacturer’s And/or Supplier’s Warranty Certificate; (v) Original And Four Copies Of The Certificate Of Origin (for Imported Goods); (vi) Delivery Receipt Detailing Number And Description Of Items Received Signed By The Authorized Receiving Personnel; (vii) Certificate Of Acceptance/inspection Report Signed By The Procuring Entity’s Representative At The Project Site; And (viii) Four Copies Of The Invoice Receipt For Property Signed By The Procuring Entity’s Representative At The Project Site. For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Dr. Janice Ivy A. Lagarde, Municipal Health Officer I, Municipal Health Office, Badiangan, Iloilo. Incidental Services - The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi – Schedule Of Requirements. (a) Performance Or Supervision Of On-site Assembly And/or Start Up Of The Supplied Goods; (b) Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; (c) Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; (d) Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And (e) Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Insurance – The Goods Supplied Under This Contract Shall Be Fully Insured By The Supplier In A Freely Convertible Currency Against Loss Or Damage Incidental To Manufacture Or Acquisition, Transportation, Storage, And Delivery. The Goods Remain At The Risk And Title Of The Supplier Until Their Final Acceptance By The Procuring Entity. Transportation - Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure In Accordance With Gcc Clause 22. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Patent Rights - The Supplier Shall Indemnify The Procuring Entity Against All Third Party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 9 Bid Prices Are Considered Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances And Upon Prior Approval Of The Gppb In Accordance With Section 61 Of R.a. 9184 And Its Irr-a. 10.1 No Further Instructions. 10.4 No Further Instructions. 13.1 No Further Instructions. 13.4 No Further Instructions. 13.4 (c) No Further Instructions. 16.1 The Inspection And Test That Will Be Conducted Is Physical Inspection. 17.3 The Goods Shall Have A Warranty Period Of Three (3) Months After Acceptance By The Procuring Entity Of The Delivered Goods Or After The Goods Are Consumed Whichever Is Earlier. 17.4 & 17.5 The Period For Correction Of Defects In The Warranty Period Is Seven (7) Calendar Days From Either Verbal Or Written Notification. 19 The Applicable Rate Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 20.4 In The Case Of A Dispute Between The Procuring Entity And The Supplier, The Dispute Shall Be Resolved In Accordance With Republic Act 9285 (“r.a. 9285”), Otherwise Known As The “alternative Dispute Resolution Act Of 2004.” 21.1 No Additional Provisions. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Days/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site Item No. Description Quantity Total Delivered, Days/months 1. Surgical Gloves S 6.5, 50's 5 Boxes 5 Boxes 30 Calendar Days Upon Receipt Of P.o. 2. Surgical Gloves S 7, 50's 5 Boxes 5 Boxes 30 Calendar Days Upon Receipt Of P.o. 3. Clean Glove, Medium, 50's 10 Boxes 10 Boxes 30 Calendar Days Upon Receipt Of P.o. 4. Clean Glove, Large, 50's 5 Boxes 5 Boxes 30 Calendar Days Upon Receipt Of P.o. 5. Elastic Bandage 3'x5 Yards 20 Pcs 20 Pcs 30 Calendar Days Upon Receipt Of P.o. 6. Adhesive Bandage, 50strips 5 Boxes 5 Boxes 30 Calendar Days Upon Receipt Of P.o. 7. Diaper Newborn, 44's 2 Packs 2 Packs 30 Calendar Days Upon Receipt Of P.o. 8. Diaper Adult, Medium, 10's 3 Packs 3 Packs 30 Calendar Days Upon Receipt Of P.o. 9. Diaper Adult, Large, 10's 2 Packs 2 Packs 30 Calendar Days Upon Receipt Of P.o. 10. Underpad Large, 10's 10 Packs 10 Packs 30 Calendar Days Upon Receipt Of P.o. 11. Toilet Bowl Cleaner, 1000ml 20 Bots 20 Bots 30 Calendar Days Upon Receipt Of P.o. 12. Thermometer Digital 10 Pcs 10 Pcs 30 Calendar Days Upon Receipt Of P.o. 13. Ky Jelly 80g 5 Bots 5 Bots 30 Calendar Days Upon Receipt Of P.o. 14. Ultrasound Gel, 250ml 10 Bots 10 Bots 30 Calendar Days Upon Receipt Of P.o. 15. Alcohol Ethyl, 1 Gallon 5 Bots 5 Bots 30 Calendar Days Upon Receipt Of P.o. 16. Activated Glutaraldehyde Solution 2.45% 2 Gallon 2 Gallon 30 Calendar Days Upon Receipt Of P.o. 17. Chlorine Granules 1kg 10 Kilo 10 Kilo 30 Calendar Days Upon Receipt Of P.o. 18. Pnss 1litre 5 Bots 5 Bots 30 Calendar Days Upon Receipt Of P.o. 19. Plr 1litre 5 Bots 5 Bots 30 Calendar Days Upon Receipt Of P.o. 20. D5lr 1litre 5 Bots 5 Bots 30 Calendar Days Upon Receipt Of P.o. 21. Pnss For Irrigation 1litre 5 Bots 5 Bots 30 Calendar Days Upon Receipt Of P.o. 22. Sterile Water For Injection 100ml 10 Bots 10 Bots 30 Calendar Days Upon Receipt Of P.o. 23. Surgical Blade No. 10, 100's 1 Box 1 Box 30 Calendar Days Upon Receipt Of P.o. 24. Povidone Iodine Solution 1 Gallon 5 Gallon 5 Gallon 30 Calendar Days Upon Receipt Of P.o. 25. Rolled Gauze 28x24mesh 40's36'x100yards2ply 10 Rolled 10 Rolled 30 Calendar Days Upon Receipt Of P.o. 26. Rolled Cotton 400g 10 Rolled 10 Rolled 30 Calendar Days Upon Receipt Of P.o. 27. Cotton Balls 300balls 10 Packs 10 Packs 30 Calendar Days Upon Receipt Of P.o. 28. Disinfectant Solution 1litres 5 Bots 5 Bots 30 Calendar Days Upon Receipt Of P.o. 29. Cannula Gauge 18 25 Pcs 25 Pcs 30 Calendar Days Upon Receipt Of P.o. 30. Cannula Gauge 20 15 Pcs 15 Pcs 30 Calendar Days Upon Receipt Of P.o. 31. Nasal Oxygen Cannula (adult) 20 Pcs 20 Pcs 30 Calendar Days Upon Receipt Of P.o. 32. Nasal Oxygen Cannula (pedia) 20 Pcs 20 Pcs 30 Calendar Days Upon Receipt Of P.o. 33. Nebulizer Kit (adult) 20 Pcs 20 Pcs 30 Calendar Days Upon Receipt Of P.o. 34. Nebulizer Kit (pedia) 20 Pcs 20 Pcs 30 Calendar Days Upon Receipt Of P.o. 35. Surgical Tape 1inch 15 Pcs 15 Pcs 30 Calendar Days Upon Receipt Of P.o. 36. Brown Bag, S #2, 100's 2 Packs 5 Boxes 30 Calendar Days Upon Receipt Of P.o. Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ___________________________ Section Vii. Technical Specifications Note: In The Statement Of Compliance Column, Bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Goods Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidders Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Provisions Of Itb Clause 3.1(a)(ii) And/or Gcc Clause 2.1(a)(ii). Item No. Specifications Statement Of Compliance Cross Reference 1. Surgical Gloves S 6.5, 50's 2. Surgical Gloves S 7, 50's 3. Clean Glove, Medium, 50's 4. Clean Glove, Large, 50's 5. Elastic Bandage 3'x5 Yards 6. Adhesive Bandage, 50strips 7. Diaper Newborn, 44's 8. Diaper Adult, Medium, 10's 9. Diaper Adult, Large, 10's 10. Underpad Large, 10's 11. Toilet Bowl Cleaner, 1000ml 12. Thermometer Digital 13. Ky Jelly 80g 14. Ultrasound Gel, 250ml 15. Alcohol Ethyl, 1 Gallon 16. Activated Glutaraldehyde Solution 2.45% 17. Chlorine Granules 1kg 18. Pnss 1litre 19. Plr 1litre 20. D5lr 1litre 21. Pnss For Irrigation 1litre 22. Sterile Water For Injection 100ml 23. Surgical Blade No. 10, 100's 24. Povidone Iodine Solution 1 Gallon 25. Rolled Gauze 28x24mesh 40's36'x100yards2ply 26. Rolled Cotton 400g 27. Cotton Balls 300balls 28. Disinfectant Solution 1litres 29. Cannula Gauge 18 30. Cannula Gauge 20 31. Nasal Oxygen Cannula (adult) 32. Nasal Oxygen Cannula (pedia) 33. Nebulizer Kit (adult) 34. Nebulizer Kit (pedia) 35. Surgical Tape 1inch 36. Brown Bag, S #2, 100's Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ___________________________ Section Viii. Bidding Forms Bid Form Date: Project Identification No.: To: [name And Address Of Procuring Entity] Gentlemen And/or Ladies: Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To [supply/deliver/perform] [description Of The Goods] In Conformity With The Said Pbds For The Sum Of [total Bid Amount In Words And Figures] Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein Or In The Price Schedules. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In Bds Provision For Itb Clause 18.2 And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid, Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per Itb Clause 5 Of The Bidding Documents. We Likewise Certify/ Confirm That The Undersigned, [ For Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter's Behalf For The [name Of Project] Of The [name Of Procuring Entity] [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter's Behalf For [name Of Project] Of The [name Of The Procuring Entity]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 20______. Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ___________________________ For Goods Offered From Within The Philippines Name Of Bidder ____________________________ Project Identification Number __. Page Of . All Entries Must Be Computerized Or Typewritten 1 2 3 4 5 6 7 8 9 10 Item No. Description Country Of Origin Quantity Unit Unit Price Exw Per Item Transportation And Insurance And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price Per Unit (col 5 + 6 + 7 + 8) Total Price Delivered Final Destination (col. 9) X (col. 4) 1. Surgical Gloves S 6.5, 50's 5 Boxes 2. Surgical Gloves S 7, 50's 5 Boxes 3. Clean Glove, Medium, 50's 10 Boxes 4. Clean Glove, Large, 50's 5 Boxes 5. Elastic Bandage 3'x5 Yards 20 Pcs 6. Adhesive Bandage, 50strips 5 Boxes 7. Diaper Newborn, 44's 2 Packs 8. Diaper Adult, Medium, 10's 3 Packs 9. Diaper Adult, Large, 10's 2 Packs 10. Underpad Large, 10's 10 Packs 11. Toilet Bowl Cleaner, 1000ml 20 Bots 12. Thermometer Digital 10 Pcs 13. Ky Jelly 80g 5 Bots 14. Ultrasound Gel, 250ml 10 Bots 15. Alcohol Ethyl, 1 Gallon 5 Bots 16. Activated Glutaraldehyde Solution 2.45% 2 Gallon 17. Chlorine Granules 1kg 10 Kilo 18. Pnss 1litre 5 Bots 19. Plr 1litre 5 Bots 20. D5lr 1litre 5 Bots 21. Pnss For Irrigation 1litre 5 Bots 22. Sterile Water For Injection 100ml 10 Bots 23. Surgical Blade No. 10, 100's 1 Box 24. Povidone Iodine Solution 1 Gallon 5 Gallon 25. Rolled Gauze 28x24mesh 40's36'x100yards2ply 10 Rolled 26. Rolled Cotton 400g 10 Rolled 27. Cotton Balls 300balls 10 Packs 28. Disinfectant Solution 1litres 5 Bots 29. Cannula Gauge 18 25 Pcs 30. Cannula Gauge 20 15 Pcs 31. Nasal Oxygen Cannula (adult) 20 Pcs 32. Nasal Oxygen Cannula (pedia) 20 Pcs 33. Nebulizer Kit (adult) 20 Pcs 34. Nebulizer Kit (pedia) 20 Pcs 35. Surgical Tape 1inch 15 Pcs 36. Brown Bag, S #2, 100's 2 Packs Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ___________________________ Omnibus Sworn Statement Republic Of The Philippines ) Iloilocity ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Bidding For [name Of The Project] Of The [name Of The Procuring Entity]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The [name Of Bidder] In The Bidding As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: I Am Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S, 1930, As Amended, Or The Revised Penal Code, In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ___________________________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [jurat] Checklist Of Bid Requirements First Envelope Eligibility Documents Class “a” Documents Legal Documents: 1 Certificate Of Philgeps Registration (platinum Membership) And Membership With Annex A In Accordance With Section 8.5.2 Of The Revised Irr. Technical Documents: 2 Statement Of All Its On-going Government And Private Contracts Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids, Including Contracts Awarded But Not Yet Started, If Any, Which Are Similar In Nature And Complexity To The Contract To Be Bid. The Statement Shall Include, For Each Contract, The Following: (a) Name Of The Contract; (b) Date Of The Contract, (c) Kind Of Goods, (d) Amount Of And Value Of Outstanding Contracts, (e) Date Of Delivery, And (f) Notice Of Award, Notice To Proceed, Contract Of Agreements, Purchase Orders And Certificate Of Accomplishments Issued By The Owner. (latest) 3 Statement Of Its Single Largest Completed Contract (slcc) Which Includes Its Government And Private Contracts Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids, Which Are Similar In Nature And Complexity To The Contract To Be Bid. The Statement Shall Include, For Each Contract, The Following: (a) Name Of The Contract; (b) Date Of The Contract, (c) Kind Of Goods, (d) Amount Of And Value Of Awarded And Completed Contracts, (e) Date Of Delivery, (f) End User’s Acceptance And Or Official Receipt(s) Issued For The Contract Supported By Notice Of Award, Notice To Proceed, Contract/ Purchase Order, Certificate Of Completion And Certificate Of Acceptance.(latest) Financial Documents 4 The Prospective Bidder’s Latest Computation For Its Net Financial Contracting Capacity (nfcc) Which Must Be At Least Equal To The Abc To Be Bid. (latest) Or A Committed Line Of Credit From Universal Or Commercial Bank (not Applicable To Procurement Of Infrastructure Projects). Class “b” Documents 5 If Applicable, A Valid Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence, Or, In Lieu Thereof, A Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful Shall Be Included In The Bid . (latest) Technical Documents 1 2 Bid Security In The Prescribed Form, Amount And Validity Period And In Accordance With Itb Clause 18. Statement Of Compliance To The Schedule Of Requirements 3 4 Statement Of Compliance To Technical Specifications Taking Into Consideration The Notations Stated In Section Vii Of The Bidding Documents. Authority Of The Signatory 5 Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative In Accordance With Section 25.2(b)(iv) Of The Revised Irr Of Ra 9184 And As Indicated In The Omnibus Sworn Statement Of The Bidding Documents Using The Prescribed Form Issued By The Gppb. (latest) Note: Any Missing Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid Second Envelope Financial Documents 1 Financial Bid Form Which Includes Bid Prices And The Bill Of Quantities And The Applicable Price Schedules, In Accordance With Itb Clauses 15.1 And 15.4 And The Issued Form In Section Viii Of The Bidding Documents. 2 If A Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti (if A Bidder Is A Sole Proprietor), By Sec (if Bidder Is A Partnership, Or A Corporation); And Cda (if Bidder Is A Cooperative)issued In Accordance With Itb Clause 27, If Applicable, That: A) Sole Proprietor Is A Citizen Of The Philippines, Corporation, Cooperative, Or Association Is A Duly Organized Under The Laws Of The Philippines With At Least Seventy Five (75%) Of Its Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines; B) Habitually Established In Business And Habitually Engaged In The Manufacturing Or Sale Of The Merchandise Covered By His Bid, And C) The Business Has Been In Existence For At Least Five (5) Consecutive Years Prior To The Advertisement And/or The Invitation To Bid.
Closing Date29 May 2025
Tender AmountPHP 83.4 K (USD 1.4 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Security and Emergency Services
United States
Details: This Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Requests For A Solicitation Will Not Receive A Response. Responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Duns Number (f) Cage Code (g) Tax Id Number (h) Type Of Small Business, E.g. Services Disabled Veteran Owned Small Business, Veteran-owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business And (i) Must Provide A Capability Statement That Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below.
network Contract Office (nco) 22 Is Seeking A Qualified Vendor To Provide Non-emergent Basic Life Support Ground Ambulance Services To Eligible Beneficiaries That Use Va Greater Los Angeles Healthcare System (vaglahs) Located At 11301 Wilshire Blvd, Los Angeles Ca 90073. Contractor Shall Provide All Labor, Supervision, Facilities, Equipment, Supplies, Reporting, And Vehicles To Meet The Needs Of This Solicitation. Prospective Contractors Must Be Authorized/certified To Provide The Required Service And Must Show Proof With Any Provided Documents At The Time Of Responding To This Sources Sought Announcement Of The Capabilities Stated Below:
Draft Performance Work Statement Draft
title: Bls Ground Ambulance Services (va Greater Los Angeles Healthcare System) Visn 22/station 691/naics 62190
purpose: The Va Greater Los Angeles Healthcare System Va Medical Center (va Gla), Its Associated Community-based Outpatient Clinics (cbocs), And Affiliated Healthcare Clinics Require Contracted Non-emergency Ambulance Transportation Services. The Contractor Shall Provide All Vehicles, Personnel, Management, Supplies, Equipment, And Necessary Reporting For The Provision Of Basic Life Support (bls), Advanced Life Support (als), Critical Care Transport (cct) Services. The Contactor Shall Make These Ambulance Services Available To The Va As Needed, 24 Hours A Day, Seven Days A Week (24/7), Including Weekends And Holidays.
background: The Va Greater Los Angeles Healthcare System Main Campus Is Located At 11301 Wilshire Boulevard, Los Angeles, Ca 90044 And Its Nine (9) Community Based Outpatient Clinics Serve Over 84,000 Veterans In The Southern California Area. The Hospital Has 716 Inpatient Beds And Sees Approximately 8,000 -inpatient Admissions And 1.3 Million Outpatient Visits A Year. Veterans Served By This Facility Live Within The Counties And Zip Codes Listed In Paragraphs 5.2.6 And 5.2.7.
acronyms
als Advanced Life Support
aod Administrative Officers Of The Day
bls Basic Life Support
cct Critical Care Transport
cctp Critical Care Transport Paramedic
ccemtp Critical Care Emergency Medical Transport
co Contracting Officer
cor Contracting Officer S Representative
cpr Cardiopulmonary Resuscitation
dol Department Of Labor
emt Emergency Medical Technician
iaw In Accordance With
oo Ordering Officer
pws Performance Work Statement
qasp Quality Assurance Surveillance Plan
qc Quality Control Plan
tb Tuberculosis
tjc The Joint Commission
vts Veteran Transportation Service
scope/requirements
Types Of Ambulance Service
the Contractor Shall Provide Non-emergent, Basic Life Support (bls), Advanced Life Support (als), And Critical Care Transport (cct) Ambulance Services On An As-need Basis In Accordance With All Federal, State.
and Local Regulations.
occasionally A Veteran Will Need To Be Transported With Va Staff And Equipment; The Contractor Shall Return Va Staff And Equipment To The Original Place Of Pick-up.
Transport Of Miscellaneous Items With The Patient
the Contractor May Also Be Required To Transport Patient Luggage, Medical Records, Medication, And Comfort Items From Pickup Points To Destination At No Additional Cost To The Government. Luggage To Be Transported Will Be Restricted To Suitcase And Valise Types. When Patients Are Transported To The Va Greater Los Angeles Healthcare System Destination Is Deemed To Be The Er, Admissions, The Clinic, Or Service Within The Hospital, Or Directly To The Ward As Instructed By Va Staff.
Contractor Personnel: Contractor Personnel Shall Be Courteous And Always Conduct Themselves In A Businesslike Manner While Providing Services Under This Contract.
emergency Medical Technicians (emts), Critical Care Transport Paramedics (cctps) & Other Personnel
emts, Cctps And Other Medical Personnel (as Applicable) Shall At All Times Meet The Qualifications Specified In This Contract As Well As All Applicable Federal, State, And Local Government Laws, Regulations, And Standards. Emts, Cctps And Other Medical Personnel (as Applicable) Shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State, Or Regional Government Or Public Entity Where The Emergency Service Is Operated Or By Which It Is Governed.
if The Contractor Wishes To Add Or Replace Personnel Throughout The Life Of The Contract, It Shall Provide Evidence Of Required Training, Certifications, Licensing, And Any Other Qualifications To The Contracting Officer S Representative (cor) For Review.
all Ambulance Drivers Shall Have A Valid Driver S License In Accordance With State Requirements For Their Place Of Operation And The Services They Perform. If The Contractor Wishes To Add Or Replace Drivers Throughout The Life Of The Contract, It Shall Provide A Valid Driver S License To The Cor.
cctps Shall Have Met All State Requirements For The Tier In Which They Are Performing Services In (i, Ii, Iii). Proof In The Form Of A Current Certificate For The Successful Completion Of Such Must Be Provided To The Cor Upon Request.
investigative Requirements For Contract Personnel: Contract Personnel Will Be Subject To The Same Investigative Requirements As Those For Regular Va Appointees And Employees. The Level Of Investigation Commensurate With The Level Of Access To Perform The Performance Work Statement Is: Special Agreement Checks (sac). Fingerprinting For Contract Personnel Will Be Conducted At Va Greater Los Angeles Healthcare System. Thereafter The Contracted Employees Will Be Subject Annually To The Same Requirement, With A 90-day Window To Complete Such Requirement As Provided By Va Greater Los Angeles Healthcare System. The Va Security And Investigation Center (sic) Is Responsible For Adjudicating All Background Investigations For Contract Employees.
emts, Cctps, And Other Contractor Personnel As Applicable Must Pass The Contractor S Background Check And Must Not Have Been Convicted Of (or Have Any Pending Charges For) A Felony For The Past Five Years. Personnel (and Contractor) Must Report Any New Or Additional Charges Or Convictions If They Arise During The Course Of Performance Under This Contract So Va Can Review Them And Determine Whether The Employee In Question Needs To Be Discharged Of His Or Her Duties Until The Matter Is Adjudicated.
tuberculosis Exposure Control Policy
the Contractor Shall Provide The Va With A Policy On Tuberculosis (tb) Exposure And Control, To Include Tb Decontamination.
the Contractor Shall Have Its Personnel Tested For Tb In Accordance With State Guidelines And Provide Written Confirmation To The Cor That All Personnel (current Employees And Any New Hires) Performing Services Under This Contract Are Current In Their Tb Test By At The Start Of Each Ordering Period.
Contractor Equipment, Vehicles, And Inspection
ambulances Shall Meet All Applicable Federal, State, And Local Regulations And Specifications, Including But Not Limited To Licensing, Registration, And Safety Standards.
the Va Reserves The Right To Inspect The Contractor S Equipment And Vehicles Or Require Documentation Of Compliance With State Laws, Rules, Regulations, And Guidelines Governing Emergency Medical Transport Vehicles (ambulances). Va Inspections Of Contractor Equipment Do Not Constitute A Warranty Or Guarantee That The Contractor S Vehicles And Equipment Are Properly Maintained. The Va Reserves The Right To Restrict The Contractor S Use Of Equipment And Vehicles In The Performance Of This Contract Which Are Not In Compliance With Contract Requirements. The Restriction Of Such Equipment And Vehicles Shall Not Relieve The Contractor From Performance In Accordance With The Contract Nor Necessitate Additional Cost To The Va.
vehicles Shall Be Clean And Maintained In Good Repair In Accordance With Manufacturer S Instructions.
the Contractor Shall Not Borrow Or Exchange Supplies, Equipment, And/or Medications With The Va. Equipment Attached To Or In Use By The Patient At Time Of Pick-up May Remain With The Patient During Transport To Ensure Continuity Of Care. Medical Control Authorities Are Responsible For Maintaining And Supplying Medication During Patient Transport. All Va Equipment And Unused Medications Must Be Returned To Va During Patient Drop-off Or As Promptly As Feasible Within 24 Hours.
the Contractor Shall Furnish All Linen Required For Patient Transport At No Additional Cost. Linen Shall Not Be Exchanged With Linen Belonging To Va Greater Los Angeles Healthcare System Or Its Cboc Locations.
the Contractor Must Be Capable Of Transporting The Drugs And/or Equipment As Required By The Patient As Listed In Attachment A Critical Care Transport Capabilities Confirmation. The Contractor Shall Have The Appropriate Medications, Up To And Including Cct If Necessary, Based On The Ems Region The Ambulance Provider Is Functioning In.
the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract.
the Contractor Personnel Performing Services For The Va, Shall, At All Times, Conduct Themselves In A Professional Manner, And Be Identified By Having The Company Name, And Employee Name Affixed To
the Uniform. The Contractor Shall Be Responsible For Furnishing All Vehicles, Uniforms, Nametags And/or Badges For Performance Of Services Under This Contract. Employee Identifications Shall Be Worn In Clear View Above The Waist. The Contractor Personnel Shall Not Smoke/play Loud Music Originating From Any Device In Vehicles While Transporting Va Patients.
each Driver Shall Possess A Driver S License That Is Valid For The Class Of Vehicle Driven. Evidence Of A Special Transportation Service Vehicle Permit, Or Endorsement Issued By The Commissioner Of Public Safety.
be At Least 18 Years Of Age And Have Not Less Than One Year Of Experience As A Licensed Driver; And
for The Past Three Years:
have Not Had A Driver S License Canceled Or Suspended.
have A Driving Record Clear Of Convictions For Operating A Motor Vehicle Or Motorcycle Without Insurance.
have A Driving Record Clear Of Convictions For Driving A Motor Vehicle Without A Valid Current License For The Class Of Vehicle Driven.
have A Driving And Criminal Record Clear Of Convictions For Driving Under The Influence Of Alcohol Or A Controlled Substance.
the Contractor Personnel Will Ensure That The Patient Is Secured To The Stretcher/cot And That The Stretcher/cot Is Secure In The Back Of The Ambulance Before The Vehicle Moves.
ambulance Drivers Shall Have A Valid Driver S License, In Accordance With Federal, State, And Local Government Requirements For Their Place Of Operation For The Services They Perform, Be Capable Of Administering Oxygen And Shall Have Successfully Completed The Standard And Advanced First Aid Course Of The American Red Cross Of U.s. Bureaus Of Mines Of Equivalent And Be Capable Of Providing Necessary Medical Assistance To The Attending Emergency Medical Technician Or Paramedic.
emergency Medical Technician (emt) And Paramedic Qualifications: Emt S And Paramedic S Providing Services Under This Contract Shall Have The Following Qualifications, In Additions To Those Required By Federal, State, And Local Government:
have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974).
shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State Of Regional Government Or Public Entity Where The Emergency Ambulance Service Is Operated Or By Which It Is Governed.
Transportation Request
4.5.1 Vetride Or Va-approved Transportation Software Utilization:
the Contractor Agrees To Utilize The Vetride Vendor Portal Or Va-approved Transportation Software With Every Patient Transported Under This Contract.
department Of Veteran Affairs Will Provide The Software And Access To The Vetride Vendor Portal Or Va-approved Transportation Software For The Vendor/contractor In This Contract. The Contractor Will Utilize The Vetride Vendor Portal Or Va-approved Transportation Software Fully As Instructed:
receive And Respond To Electronic Trip Requests.
receive, Use, And Ensure The Use Of The Vendor Pass By The Driver.
submit Claims Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Va-approved Transportation Software System.
all Invoices Must Be Submitted Within 30 Calendar Days Of Date Of Service In Accordance With 38 Cfr 70 To Be Considered Timely Submission.
the Contractor S Invoice Must Be On The Hcfa 1500 To Include:
contract Number
date Of Service (to Include Box 24 A-j)
authorization Number(s)
pick-up And Drop-off Location Of The Patient
base Rate
name (last, First And Middle Initial (if Any)) And Full Social Security Number (box 1a) Of Patient Transported.
date Of Birth And Sex
diagnosis Codes Or Nature Of Illness Or Injury
documentation Of Circumstances When Billing For Waiting Time
any Miscellaneous Charges For Which The Contractor Is Expecting Reimbursement I.e., Tool Charges, Waiting Time, Etc.
va Authorizing Official S Name
healthcare Procedure Coding System/national Level Ii (hcpcs)
unauthorized Charges Will Be Reviewed By The Contracting Officer Representative (cor) As To The Validity Of The Charges And As To Whether The Payment Will Be Made. A Final Determination Will Be Made Within 30 Days After Notifying The Contractor Of The Charges, Which Are Being Suspended.
Note: Invoices For Government Transportation Contracts Will Transition From Tungsten To Vetride During The Life Of The Contract. The Co Will Provide Notice To The Contractor Of The Start Date With Updated Instructions From Those Listed Above. Until The Transition Has Been Approved, Contractor Shall Use Tungsten To Submit All Invoices.
a Transportation Request Is Defined As One Incidence Of A Request For One-way Service (bls, Als, Cct). No More Than One Patient Will Be Transported Per Order Unless Approved By An Authorized Va Staff. Transportation Requests Will Be Made Through Vetride Or Va-approved Transportation Software Utilization. Contractors Must Have The Capability To Receive Orders, Update Ride Status, And Input Trip Costs And Other Required Data Through This Portal. Contractors Must Have Dedicated Staff Available To Monitor This Portal 24/7. Va Greater Los Angeles Healthcare System Travel Program Staff Will Be Available To Assist With Account Setup And Training For The Contractor S Staff. In The Event Vetride Or Other Va-approved Transportation Software Utilization Is Down, Other Methods Of Communication (i.e., Telephone, Facsimile) Will Be Used To Place Transportation Requests.
va Greater Los Angeles Healthcare System Travel Program Staff/or Authorized Va Employees Will Work With The Contractor The Following Business Day To Reconcile Any Transportation Requests That Were Placed Outside Of Vetride Or Va-approved Transportation Software Utilization.
the Contractor Must Update Vetride Or Va-approved Transportation Software Utilization With Any Data And/or Notes In Real Time That Deviate From The Original Order Such As Invoicing For Additional Mileage Due To A Road Closure, Wait Time, Reason For No Load, Etc. Va Greater Los Angeles Healthcare System Travel Program Staff/or Authorized Va Employees May Place A Hold On Payment Of This Order Until It Has Been Reconciled.
only The Following Va Staff Are Authorized To Place, Cancel, Or Make Changes To Transportation Requests:
contracting Officer (co)
administrative Officer Of The Day (aod)
contracting Officer S Representative (cor)
ordering Officers (oo)
beneficiary Travel Office Staff
the Contracting Officer Will Furnish The Contractor With The Names Of Individuals Above, Who Are Authorized As Ordering Officers, By Separate Memorandum Upon Issuance Of The Contract. The Contracting Officer Will Update This List Throughout The Life Of The Contract As Ordering Officers Change.
ordering Officers Are Responsible For Issuing And Administering Orders Placed Under This Contract. Ordering Officers Have No Authority To Modify Any Term Of This Basic Contract. Any Deviation From The Terms Of The Basic Contract Must Be Approved In Writing By The Contracting Officer Responsible For This Contract. The Contractor Shall Accept Orders Against This Contract Only From The Contracting Officer And/or Authorized Ordering Officers. Fulfilling Orders From Persons Other Than The Contracting Officer Or Ordering Officer May Result In Loss Or Delay In Payment For Supplies/services Provided Under Such Orders.
non-authorized Va Employees And Private Agencies (e.g., Nursing Homes) Are Not Considered Authorized To Place Transportation Requests.
All Patient Pick-up(s) And Drop-off(s) Shall Be Authorized Via Orders Which Shall Only Be Issued By The Designated Ordering Officers. When Placing Orders For Services, The Ordering Officer Shall Contact The Designated Contractor Point Of Contact(s) To Provide The Following Information:
mode Of Transportation Required,
required Time Of Arrival
name Of The Beneficiary,
pick-up And Delivery Point,
type And Number Of Additional Medical Care Specialists Required,
type Of Equipment Required,
last Four Of The Patient's Social Security Number, And
any Other Special Instructions
for All Transports An Audit System Will Be Put In Place By The Va To Include The Cor Or Designee, Beneficiary Travel Department Staff, And Clinical Staff To Ensure Appropriateness Of The Order And Timeliness Of The Response.
the Type Of Transportation Service (bls, Als, Cct) Required Will Be Discussed And Determined By Va Clinical Personnel And The Contractor. The Contractor Shall Transport The Patient Per Its Policies And Standard Industry Practice. If The Type Of Transportation Service Differs From What Was Agreed Upon By The Va And Contractor, The Contractor Shall Submit Documentation To The Va Explaining Its Rationale.
the Va May Authorize An Escort (e.g., Spouse, Relative, Guardian, Etc.) To Accompany The Patient During Medical Transport If It Is Practicable And, In The Patient S, Best Interest. The Contractor Shall Allow The Escort To Accompany The Patient At No Additional Cost.
the Contractor Shall Have Sufficient Vehicles And Personnel To Provide Services For Up To Two (2) Simultaneous Transportation Requests. Transports Required May Be For Any Mix Of Bls, Als Transports. One Of These Four Simultaneous Transports May Require Cct Capability Up To Tier Iii. If Va Greater Los Angeles Healthcare System Requires Ambulance Services Exceeding Four (4) Simultaneous Transportation Requests, The Vendor Will Be Offered To Provide The Services If They Have Sufficient Vehicles/personnel Available; But May Decline These Additional Orders If Sufficient Vehicles/personnel Are Unavailable.
the Number Of Transports Under Normal Operating Conditions Will Typically Range From Zero (0) To Nine (9) Transports Each Weekday And Significantly Less On Weekends And Holidays. The Number Of Actual Transports May Vary Throughout The Life Of The Contract.
the Patient May Bring With Her Or Him Up To Three (3) Liters Of Oxygen. The Contractor Shall Be Responsible For Providing Adequate And Safe Storage Of The Oxygen Tanks During Transport.
response Times*
orders That Are Scheduled By 7 Pm Local Time The Day Before The Required Services Are Defined As Scheduled In Advance. With The Exceptions Found Below, The Contractor Shall Arrive On Time For All Orders Scheduled In Advance.
emergent Transport (originating From Va (only): The Contractor Shall Be Required To Provide Ground Ambulance Arrangements Within Thirty (30) Minutes Of Order/patient Pick Up Call.
for All Add-ons (not Scheduled In Advance) Transportation Requests, With Pick Up At Va Greater Los Angeles Healthcare System: The Contractor Will Be Allotted Up To A Sixty (60) Minute Response Time From Time Of Order Placement For Transportation Requests That Are Not Previously Scheduled In Advance.
for An Urgent Transport Request For A Critical Patient (as Deemed By The Physician) With Pick Up At Va Greater Los Angeles Healthcare System, The Contractor Will Be Allotted Up To A Thirty (30) Minute Response Time.
for Transportation Requests Which Do Not Have A Pick-up At Va Greater Los Angeles Healthcare System:
the Contractor May Be Required, If Requested By The Va, To Dispatch Ambulances On Short Notice For Transportation Request Not Scheduled In Advance; For These Transportation Requests The Contractor Shall Dispatch Ambulances Within Thirty (30) Minutes Of Receiving The Order.
pick-up Appointment Times Shall Be Agreed Upon By The Va And Contractor At Time Of Order Placement And Be Reasonable Based Upon Travel Distance, Speed Limits, And Weather Conditions.
the Contractor S Patient Pick-up Time Cannot Be More Than 15 Minutes Prior To The Schedule Pickup Time Nor 15 Minutes Later Than The Scheduled Pickup Time For Transportation Requests Scheduled In Advance.
* The Contractor Shall Not Be Held Liable For Nonperformance Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, And Unusually Severe Weather. The Contractor Must Notify The Va With As Much Advance Notice As Possible Should Any Of These Occur.
cancellations
for Va Initiated Transportation Requests (scheduled), If Contractor Is Notified Of Cancellation Before The Vehicle Is Dispatched, There Shall Be No Charge To The Government.
4.5.2.1.1. 4.3.1.1.1 A No Show Is Defined As A Transportation Request Which Is Cancelled After The Contractor Has Dispatched A Vehicle, The Vehicle Is Enroute, Or Has Arrived At The Pick-up Location, And There Is No Longer A Requirement For Patient Transportation. The Contractor May Request One-way Reimbursement For No-shows. No-show Reimbursement Shall Be Based Upon The Base Rate For The Type Of Service Requested (bls, Als, And Cct) And The One-way Mileage (bls, Als, And Cct) Accrued Enroute To The Pick-up Location At Time Of Cancellation. Mileage For No- Show Cancellations Shall Be Confirmed By The Contractor And Reported To The Va As Soon As Possible From Time Of Cancellation.
for Add-on Transportation Requests Out Of Va Loma Linda Healthcare System S Main Facility And Associated Cboc Locations Only (unscheduled), The Contractor Will Immediately Dispatch A Vehicle Upon Receipt Of The Order (including Transportation Requests In Which The Final Destination May Change Prior To Pick Up Due To The Critical Condition Of The Patient). When The Contractor Is Notified Of A Cancellation Prior To Arrival At The Va Loma Linda Healthcare System Campus, There Shall Be No Charge To The Government.
Pick-up/drop-off/reporting Procedures
ambulance Personnel Shall Pick-up And Deliver Patients At Specified Locations (e.g., Front Door Of Entrance). These Locations Will Be Specified By Va Staff When An Order Is Placed And Communicated To The Transporting Personnel.
when Applicable, Ambulance Personnel Shall Report To The Veteran Transportation Service (vts) Dispatcher Or Administrative Officer Of The Day (aod) To (1) Announce His/her Arrival To Pick-up And
transfer The Patient And (2) Obtain Report Of Pertinent Information Regarding The Patient S Condition From The Primary Nurse/physician.
when Delivering A Patient, Ambulance Personnel Shall Give Report To The Appropriate Va Healthcare Staff And Provide A Copy Of The Run Sheet Which Will Be Retained By The Facility For Inclusion To The Patient S Medical Record.
in Cases Where Ambulance Personnel Must Divert To A Local Emergency Department While Performing A Va Authorized Transport, The Contractor S Dispatcher Shall Notify The Va Beneficiary Travel Department Or Administrative Officer Of The Day Of The Patient S Location And Status As Soon As This Information Becomes Available.
Patient Welfare
the Contractor Shall Be Responsible For The Patient S Welfare During Transport. The Contractor Shall Be Held Responsible For Patient And/or Va Property During Transport. Any Damaged Or Lost Wheelchairs, Walkers, Crutches, Or Personal Belongings Shall Be Replaced At The Contractor S Expense.
the Va Requires The Contractor To Exercise Extreme Caution And Care In The Handling Of Patients.
if A Va Beneficiary Being Transported Declines To Be Properly Secured Or Removed The Securement Devices Himself/herself, The Driver Will Notify The Contracting Officer S Representative (cor) Of This Fact Prior To Departure. The Contractor Is Not Required To Transport Any Va Beneficiary Who Refuses To Be Properly Secured While Being Transported. In The Event That The Beneficiary Refuses To Be Properly Secured, They Shall Be Returned Back Into The Building Which They Came From.
Incident Reporting
the Contractor Shall Notify The Cor, Requestor, Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Cor, Program Manager, Or Beneficiary Travel Department, By The Close Of Business Of The Next Working Day.
the Cor Will Monitor The Service Provided. The Contractor Shall Cooperate With The Cor In Providing Information And Answering Questions In A Timely Manner. The Contractor Shall Promptly Inform The Cor Of Any Complaints Received Directly From Patients. If Warranted, The Va May Conduct Incident Investigations And Require Written Response From The Contractor Within 48 Hours Of Request.
Invoicing
each Transport Shall Include Thirty (30) Minutes Of Wait Time; The Contractor May Invoice For Wait Times In Excess Of This Initial Thirty (30) Minutes. Wait Time Shall Begin Only Once The Contractor Has Both Reached The Pick-up Address Location And The Appointment Time Has Elapsed. All Wait Times Shall Be Itemized And Invoiced In Fifteen (15) Minute Intervals. For Partial Fifteen (15) Minute Intervals, Zero (0) To Seven (7) Minutes Shall Be Rounded Down To Zero (0) Minutes And Eight (8) To Fifteen (15) Minutes Rounded Up To Fifteen (15) Minutes.
when Invoicing For Mileage, The Contractor Shall Round To The Nearest Mile. Mileage Ending In .5 Or Higher Shall Be Rounded Up To The Nearest Mile. Mileage Ending In .4 Or Lower Shall Be Rounded Down To The
nearest Mile. Payment For Mileage To Or From The Point Of Care Shall Be Limited To The Va S Calculation According To The Va S Bing Maps Api Determination. Bing Maps Api Is Optimized To Determine Mileage Based On The Shortest Time Of Travel.
if Unloaded Mileage Exceeds Loaded Mileage, The Contractor May Invoice For A Flat Fee Only If The Following Also Occur:
unloaded Mileage Exceeds 75 Miles.
the Contractor Does Not Deviate From A Route To Intentionally Make Unloaded Mileage Exceed Loaded Mileage.
except For No Shows And Trips When Unloaded Mileage Exceeds Loaded Mileage In Accordance With 4.9.3, The Contractor Shall Invoice For Loaded (patient Onboard) Services And Mileage Only.
upon Notification Of The Contracting Officer, The Vendor Must Receive Training And Begin Implementation Of Invoices Via Vet Ride Within 30 Days Versus Va Tungsten Network E-invoicing Network. Invoices Must Be Submitted Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Other Va Approved Software. These Invoices Shall Not Include Patient Information, But Shall Include The Following:
contractor Name
contract Number
current Purchase Order Number
date Of Service
total Amount Invoiced Including A Summary Of The Total Number Of Charges That Align With The Line Items Of This Contract (i.e., Total Number Of Bls Base Rate, Total Bls Mileage Incurred, Etc.)
an Itemized List Of Charges Or Services Rendered That Align With The Line Items Of This Contract (i.e., Bls Base Rate, Bls Mileage Incurred, Etc.)
payment By Va Under This Contract To A Provider Of Ground Ambulance Transportation Services Authorized Under This Contract Extinguishes Any And All Liability On The Part Of Theâ va Beneficiaryâ for That Transportation Service. Â under No Circumstances Are Va Beneficiaries, Third Party Insurances, Medicare, Or Medicaid To Be Billed For The Services Performed Under This Contract.
general Information
this Contract S Ordering Period Shall Be Effective From April 1, 2025, To March 31, 2027
the Place Of Performance Is Variable; Ambulance Services May Be Required To And From Locations Including, But Not Limited To The Following:
va Greater Los Angeles Healthcare System Va Medical Center Is Located At 11301 Wilshire Boulevard, Los Angeles, Ca 90044
va Greater Los Angeles Healthcare System And Community-based Outpatient Clinics (cbocs):
sepulveda Ambulatory Care Center
16111 Plummer Street North Hills, Ca 91343
818-891-7711
los Angeles Ambulatory Care Center
351 East Temple Street Los Angeles, Ca 90013
213-253-5000
east Los Angeles Va Clinic
5426 East Olympic Boulevard
commerce, Ca 90022-5113
313-725-7372
san Gabriel Valley Va Clinic
7 West Foot Boulevard, Suite D
arcadia, Ca 91006-2367
626-836-2300
bakersfield Outpatient Clinic
1801 Westwind Drive
bakersfield, Ca 93301
661-632-1800
lancaster Outpatient Clinic
340 East I, Lancaster Blvd. Lancaster, Ca 93534-1941
661-729-8655
san Luis Obispo Cboc 1288 Morro Street Ste.#200 San Luis Obispo, Ca 93401
805-543-1233
santa Barbara Outpatient Clinic
4440 Calle Real
santa Barbara, Ca 93110
805-683-1491
Santa Maria Cboc
1550 East Main Street Santa Maria, Ca 93454
oxnard Outpatient Clinic
2000 Outlet Center Drive Ste.225 Oxnard, Ca 93036
mariner Outpatient Clinic
5250 Ralston Street
ventura, Ca 93003-7318
877-251-7295
other Va Medical Centers Or Hospitals Within Veterans Integrated Service Network (visn) 22 Including But Not Limited To:
facility
address
va Long Beach Health Care System
5901 E. 7th Street, Long Beach, Ca 90822
va San Diego Health Care System
3350 La Jolla Village Drive, San Diego, Ca 92161
va Greater Los Angeles Health Care System
11301 Wilshire Blvd, Los Angeles, Ca 90073
va Loma Linda Health Care System
11201 Benton St, Loma Linda, Ca 92357
other Non-va Medical Facilities And Community Care Facilities As Authorized By The Va.
arroyo Grande Care Center
1212 Farroll Ace
arroyo Grande, Ca 93420-3718
telephone: 805-489-8137
parkview Julian Healthcare Center
1801 Julian Ave
bakersfield, Ca. 93304
telephone: (661) 831-9150
sierra View Care Center
14318 Ohio St.
baldwin Park, Ca. 91706
telephone: (626) 960-1971
topanga Terrace
22125 Roscoe Blvd
canoga Park, Ca 91304
telephone: (818) 883-7292
community Care Center
2335 S. Mountain Ave.
duarte, Ca. 91010
telephone: (626) 357-3207
clearview Sanitarium And Convalescent
15823 S. Western Ave.
gardena, Ca. 90247
telephone: (310) 538-2323
sunnyside Nursing Center
22617 S. Vermont Ave.
torrance, Ca 90502
telephone: (310) 320-4130
country Manor Healthcare Center
11723 Fenton Ave.
lakeview Terrace, Ca. 91342
telephone: (818) 899-0251
guardian Rehabilitation Hospital
533 S. Fairfax Ave
los Angeles, Ca 90036
telephone: (323) 931-1061
kei-ai Los Angeles Healthcare Center
2221 Lincoln Park Avenue
los Angeles, Ca 90031
telephone: (323) 276-5700
maple Healthcare Center
2626 Maple Drive
los Angeles, Ca 90011
telephone: 213-747-6371
new Vista Post-acute
1516 Sawtelle Blvd.
los Angeles, Ca. 90025
telephone: (310) 477-5501
sunray Healthcare Center
3210 W. Pico Blvd.
los Angeles, Ca. 90019
telephone: (323) 734-2171
university Park Healthcare Center
230 E. Adams Blvd.
los Angeles, Ca 90011
telephone: 213-748-0491
view Heights Convalescent Hospital
12619 S. Avalon
los Angeles, Ca. 90061
telephone: (323) 757-1881
windsor Gardens Convalescent Hospital
915 S. Crenshaw Blvd.
los Angeles, Ca. 90019
telephone: (323) 937-5466
bayside Care Center
1405 Teresa Drive
morro Bay, Ca. 93442
telephone: (805) 772-2237
sherman Village Healthcare Center
12750 Riverside Dr.
north Hollywood, Ca 91607
telephone: (818) 766-6105
valley Village Care Center
13000 Victory Blvd.,
north Hollywood, Ca 91606
telephone: (818) 985-5990
maywood Acres Healthcare
2641 S. C St.,
oxnard, Ca 93033
telephone: (805) 487-7840
shoreline Care Center
5225 South "j" Street
oxnard, Ca 93033
telephone: (805) 488-3696
mission View Healthcare Center
1425 Woodside Drive
san Luis Obispo, Ca 93401
telephone: (805) 543-0210
brentwood Healthcare Center
1321 Franklin Street
santa Monica, Ca. 90404
telephone (310) 828-5596
fireside Healthcare Center
94 7 Third St.
santa Monica, Ca. 90403
telephone: (310) 393-7117
chanel Islands Post-acute
3880 Via Lucero,
santa Barbara Ca 93110
telephone: (805) 687-6651
new Vista Nursing & Rehab Center
8647 Fenwick Ave.
sunland, Ca. 91040
telephone: (818) 352-1421
sylmar Health & Rehab
12220 Foothill Blvd.
sylmar, Ca. 91342
telephone: (818) 834-5082
the Care Center On Hazeltine
6835 Hazeltine Ave.
van Nuys, Ca 91405
telephone: 818-997-1841
coastal View Healthcare Center
4904 Telegraph Road
ventura, Ca. 93003
telephone: (805) 642-4101
veteran S Residence.
local Airports Including:
los Angeles International Airport: 1 World Way, Los Angeles, Ca 90045
john Wayne Airport: 18601 Airport Way, Santa Ana, Ca 92707
long Beach Airport: 4100 Donald Douglas Dr, Long Beach, Ca 90808
ontario Airport: Ontario, Ca 91761
hollywood Burbank Airport: 2627 N Hollywood Way, Burbank, Ca 91505
oxnard Airport: 2889 W 5th St, Oxnard, Ca 93030
zip Codes By County Include But Are Not Limited To:
san Barbara County
93013
93014
93067
93101
93102
93103
93105
93106
93107
93108
93109
93110
93111
93116
93117
93254
93427
93429
93434
93436
93437
93438
93440
93441
93454
93455
93456
93457
93458
93460
93463
93464
ventura County
93203
93205
93206
93215
93220
93222
93224
93225
93226
93238
93240
93241
93243
93250
93251
93252
93255
93263
93268
93276
93280
93283
93285
93287
93301
93302
93303
93304
93305
93306
93307
93308
93309
93311
93312
93313
93314
93380
93383
93384
93385
93386
93387
93388
93389
93390
kern County
93203
93205
93206
93215
93220
93222
93224
93225
93226
93238
93240
93241
93243
93250
93251
93252
93255
93263
93268
93276
93280
93283
93285
93287
93301
93302
93303
93304
93305
93306
93307
93308
93309
93311
93312
93313
93314
93380
93383
93384
93385
93386
93387
93388
93389
93390
los Angeles County
90001
90002
90003
90004
90005
90006
90007
90008
90009
90010
90011
90012
90013
90014
90015
90016
90017
90018
90019
90020
90021
90022
90023
90024
90025
90026
90027
90028
90029
90030
90031
90032
90033
90034
90035
90036
90037
90038
90039
90040
90041
90042
90043
90044
90045
90046
90047
90048
90049
90050
90051
90052
90053
90054
90055
90056
90057
90058
90059
90060
90061
90062
90063
90064
90065
90066
90067
90068
90069
90070
90071
90072
90073
90074
90075
90076
90077
90078
90079
90080
90081
90082
90083
90084
90086
90087
90088
90089
90090
90091
90093
90094
90095
90096
90099
90189
90201
90202
90209
90210
90211
90212
90213
90220
90221
90222
90223
90224
90230
90231
90232
90233
90239
90240
90241
90242
90245
90247
90248
90249
90250
90251
90254
90255
90260
90261
90262
90263
90264
90265
90266
90267
90270
90272
90274
90275
90277
90278
90280
90290
90291
90292
90293
90294
90295
90296
90301
90302
90303
90304
90305
90306
90307
90308
90309
90310
90311
90312
90401
90402
90403
90404
90405
90406
90407
90408
90409
90410
90411
90501
90502
90503
90504
90505
90506
90507
90508
90509
90510
90601
90602
90603
90604
90605
90606
90607
90608
90609
90610
90701
90702
90703
90704
90706
90707
90710
90711
90712
90713
90714
90715
90716
90717
90723
90731
90732
90733
90734
90744
90745
90746
90747
90748
90749
90755
90801
90802
90803
90804
90805
90806
90807
90808
90809
90810
90813
90814
90815
90822
90831
90832
90833
90834
90835
90840
90842
90844
90845
90846
90847
90848
90853
91001
91003
91006
91007
91008
91009
91010
91011
91012
91016
91017
91020
91021
91023
91024
91025
91030
91031
91040
91041
91042
91043
91046
91101
91102
91103
91104
91105
91106
91107
91108
91109
91110
91114
91115
91116
91117
91118
91121
91123
91124
91125
91126
91129
91182
91184
91185
91188
91189
91199
91201
91202
91203
91204
91205
91206
91207
91208
91209
91210
91214
91221
91222
91224
91225
91226
91301
91302
91303
91304
91305
91306
91307
91308
91309
91310
91311
91313
91316
91319
91320
91321
91322
91324
91325
91326
91327
91328
91329
91330
91331
91333
91334
91335
91337
91340
91341
91342
91343
91344
91345
91346
91350
91351
91352
91353
91354
91355
91356
91357
91361
91362
91364
91365
91367
91371
91372
91376
91380
91381
91382
91383
91384
91385
91386
91387
91388
91390
91392
91393
91394
91395
91396
91401
91402
91403
91404
91405
91406
91407
91408
91409
91410
91411
91412
91413
91416
91423
91426
91436
91470
91482
91495
91496
91497
91499
91501
91502
91503
91504
91505
91506
91507
91508
91510
91521
91522
91523
91526
91601
91602
91603
91604
91605
91606
91607
91608
91609
91610
91611
91612
91614
91615
91616
91617
91618
91702
91706
91714
91715
91716
91722
91723
91724
91731
91732
91733
91734
91740
91741
91744
91745
91746
91747
91748
91749
91750
91754
91755
91756
91759
91765
91766
91767
91768
91769
91770
91771
91772
91773
91775
91776
91778
91780
91788
91789
91790
91791
91792
91793
91801
91802
91803
91804
91841
91896
91899
5.2.8. Contracting Officer Representative
Tbd
Phone:
Email:
5.2.9. Hours Of Operation:
vaglahs S Normal Hours Of Operation Are Monday Through Friday, 5:00 Am To 6:00 Pm, Exclusive Of Federal Holidays; However, Transportation Services Are Required 24 Hours/day, 7 Days/week, Including Federal Holidays.
5.2.10. Recognized Holidays:
the Following Holidays Are Observed By The Federal Government. If A Federal Holiday Falls On A Saturday, The Immediately Preceding Friday Will Be Observed As The Holiday; If A Federal Holiday Falls On A Sunday The Immediately Succeeding Monday Will Be Observed As The Holiday. In Addition To Those Holidays Listed Below, On Occasion There May Be Other Holidays Declared By Executive Order:
new Year S Day Labor Day
martin Luther King Jr. S Birthday Columbus Day
president S Day Veteran S Day
memorial Day Thanksgiving Day
juneteenth Christmas Day
independence Day
note: The Contractor Is Required To Perform On Holidays Should There Be Scheduled Transports.
5.2.11. Identification Of Contractor Employees:
a. While Performing Services Under The Contract, All Employees Shall Wear A Uniform And Name Tag That Readily Identifies The Company And The Person As An Employee Of The Contractor. Uniforms Are To Be Clean And Maintained In Good Repair. Drivers Must Maintain Accepted Standards Of Cleanliness And Grooming And Demonstrate Courtesy To The Patients Being Transported.
b. All Contract Personnel Attending Meetings, Answering Government Telephones, And Working In Other Situations Where Their Contractor Status Is Not Obvious To Third Parties Are Required To Identify Themselves As Such To Avoid Creating An Impression In The Minds Of Members Of The Public That They Are Government Officials.
c. Contract Personnel Shall Ensure That All Documents Or Reports Produced By Contractors Are Suitably Marked As Contractor Products Or That Contractor Participation Is Appropriately Disclosed.
5.2.12. Site Visit:
va Greater Los Angeles Healthcare System Requests A Site Visit On Tbd At Tbd With All Prospective Vendors.
vendors Will Meet Mr. Xxxx At Va Long Beach S Tbd. The Facility Is Located At 11301 Wilshire Boulevard, Los
angeles, Ca 90044. Please Rsvp By Calling Or Emailing Mr. Xxxx At:
Wp:
Email:
quality Control Plan
Quality Control
the Contractor Shall Maintain A Quality Control Plan (qcp) That Contains, At A Minimum, The Following:
a Description Of The Company S Organizational Structure Including A Description Of The Roles And Responsibilities Of Management And Supervisors.
a Description Of The Methods To Be Used By The Contractor For Identifying And Preventing Deficiencies Or Problems In The Quality Of Service.
a Description Of The Specific Steps The Contractor Will Take For Corrective Action If Needed If A Deficiency Or Problem In The Quality Of Service Occurs.
a Description Of The Company S Records And Tracking System Used To Identify Up-to- Date Background Checks, Applicable Certifications And Tests, And Training Of Each Employee Performing Services Under This Contract.
a Description Of The Method Used To Provide On-time Ambulance Services To Meet The Requirements Of This Contract (24/7 Availability And Up To 4 Simultaneous Transports In Accordance With Pws 4.5.1.7).
a Description Of The Methods Used To Identify And Prevent Radio Communication Breakdowns And A Detailed Procedure For Alternative Communications In The Event Of Electronic And Mechanical Breakdown Of Vehicle Two-way Radios.
contengency Plan: (in Case Vetride Vendor Portal Is Down) A Description Of The Method/system Used To Log All Requests For Service. The Contractor Shall Confirm That The Log Indicates The Date And Time Of Service Call, Actual Time Of Pick-up Versus The Scheduled Time, Name Of Patient Requiring Services, Designated Pick-up And Delivery Points, Mileage, And Actual Waiting Time At Pick-up And Delivery Points If Waiting Charges Are Claimed. The Contractor Shall Confirm The Log Will Be Sent To The Cor Monthly.
the Government Will Evaluate The Contractor S Performance Under This Contract To Ensure That The
contractor S Qcp Is Adequate, And That Quality Is Achieved Through A Quality Assurance Surveillance Plan (qasp).
the Government Shall Prepare A Qasp After Contract Award Derived From The Pws And Contractor S Submitted Quality Control Plan. The Qasp Is A Living Document And The Government May Review And Revise It At Any Time. However, The Government Shall Coordinate Changes To The Qasp With The Contractor.
the Qasp Will Specify The Work Requiring Surveillance And The Government S Method Of Surveillance.
Minimum Performance Standards
the Contractor Shall Maintain Performance Standards In Accordance With The Standards Outlined In The Table Below. Failure To Meet The Acceptable Quality Levels (aql) May Result In Termination Of The Contract.
the Qasp Will Include The Standards Below As Well As Others Derived From The Successful Offeror S Quality Control Plan.
task
pws
reference
standard
acceptable Quality Level
method Of Surveillance
provide On- Time Ambulance
services
section 4.5.1.8.3
scheduled Patient Pick-ups Shall Not Deviate More Than 15 Minutes Past Scheduled Pick-up Time For Scheduled
orders
97%
customer Feedback
incident Reporting
section 4.8
the Contractor Shall Notify The Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Program Manager, Benefits Management, By The Close Of Business Of The Next Working Day.
97%
customer Feedback
invoice Reports
section 4.9
provide A Monthly Invoice Including Secondary Documentation In Accordance With Section 4.10 Of The Pws
95%
100% Inspection
of Monthly Invoices/reports
covid-19 Or Other Similar Infectious Diseases
contractor Shall Not Refuse Transports Of Covid-19 Positive Or Other Similarly Infected Patients.
Contractor Shall Abide By All Additional Procedures And Precautions That May Be Implemented By The Va Based On Va-issued Guidance And/or Cdc Recommendations. These Procedures Are Subject To Change Throughout The Life Of The Contract And Will Be Incorporated Via Attachment (see S03 Vts Patient Transport Ppe And Vehicle Cleaning/disinfection Sop).
contractor Shall Have Written Policy Of Steps They Will Take To Prevent The Spread Of Covid-19 Or Other Similarly Infectious Diseases By Their Employees And/or Vehicles. This Policy Shall, At A Minimum, Include Procedures Of Screening Drivers Before Each Shift, Deliberate Decontamination Of Their Vehicles And All Other Preventative Precautions Taken By Contractor Employees.
contractor Shall Furnish All Required Ppe Throughout The Life Of The Contract.
conformity To Regulations
8.1 The Contractor And His/her Operators Shall Conform To All Federal, State, And Local Regulations Governing The Performance Of Contracted Services.
8.2 Vamc Facilities Have Been Designated No Smoking Areas In Their Entirety. Individuals Found In Violation Of This No Smoking Policy May Be Subject To A $50.00 Federal Citation For Disregarding Posted Safety Rules And Regulations. Furthermore, The Contractor May Be Directed To Stop Work. The Contractor Is To Notify All Of His/her Employees And/or Sub-contractors Of This Strict Enforcement Policy.
wage Rates
9.1. Wage Determination(s) As Listed In Section D In This Solicitation Are Applicable To Any Resulting Contract.
9.2. The Contractor Certifies By Signature On This Offer That The Salaries To Be Paid Workers Involved In The Performance Of The Contract Is Equal To Or Greater Than Those Specified In The Attached Wage Determination(s).
9.3 The Department Of Labor Has Held That Contractors Must Pay Their Employees The Service Contract Act Waged While They Are Driving Both To And From Destinations For The Va. The Wage Determination Is Attached In Section D.
evidence Of Coverage
10.1 Before Commencing Work Under The Contract, The Contractor Shall Furnish The Contracting Officer With A Certification From His/her Insurance Company Indication That The Coverage Outlined In This Contract Has Been Obtained And That It May Not Be Changed Of Canceled During The Term Of The Contract.
worker S Compensation
11.1 The Act Of June 25, 1936, 42 Stat. 1938 (40 Usc 290), Authorized The Constituted Authority Of The Several States To Apply Their Workmen S Compensation Laws To All Lands And Premises Owned Or Held By The United States. The Contractor Agrees To Procure And Maintain While The Contract Is In Effect, Worker S Compensation And Employers Public Liability Insurance. The Policy Shall Provide Coverage For Public Liability Limits Of Not Less Than The Statutory
limitations For Any One Accident, And At Least Meet The Statutory Limitations If More Than One Person Is Involved. , Upon Award Of The Contract, The Contractor Shall Furnish To The Contracting Officer A Certificate From Its Insurance Company Indicating That This Coverage Has Been Obtained And That Such Coverage May Not Be Changed Or Canceled Unless 30 Day Advance Written Notice Is Provided To The Contracting Officer.
contractor Personnel Security Requirements
12.1 All Contractor Employees Who Require Access To The Department Of Veterans Affair's Computer Systems Or Who Come Into Contact With Veteran/beneficiaries Shall Be The Subject Of A Background Investigation And Must Receive A Favorable Adjudication From The Va Office Of Security And Law Enforcement Prior To Contract Performance. This Requirement Is Applicable To All Subcontractor Personnel Requiring The Same Access. If The Investigation Is Not Completed Prior To The Start Date Of The Contract, The Contractor Will Be Responsible For The Actions Of Those Individuals They Provide To Perform Work For The Va.
position Sensitivity - The Position Sensitivity For This Contract Has Been Designated As Low Risk.
background Investigation - The Level Of Background Investigation Commensurate With The Required Level Of Access For This Contract Is National Agency Check With Written Inquiries.
contractor Responsibilities:
The Contractor Shall Pre-screen All Personnel Requiring Va Access To Ensure They Maintain A U.s. Citizenship And Are Able To Read, Write, Speak, And Understand The English Language.
The Contractor Shall Submit Or Have Their Employees Submit The Following Required Forms Requested By Department Of Veterans Affairs, Office Of Security And Law Enforcement, Security, And Investigations Center, 2200 Fort Roots Drive Bldg. 104, North Little Rock, Ar 72114 Within 30 Days Of Receipt:
All Documents Completed And Submitted At The Following Website: Http://www.va.gov/securityinvestigationscenter/
The Contractor, When Notified Of An Unfavorable Determination By The Government, Shall Withdraw The Employee From Consideration From Working Under The Contract. Failure To Comply With The Contractor Personnel Security Requirements May Result In Termination Of The Contract Or Cause.
the Contractor Shall Agree That All Deliverables, Associated Working Papers, And Other Material Deemed Relevant By The Contractor In The Performance Of This Task Order Are The Property Of The United States Government. The Contractor Shall Agree That All Individually Identifiable Health Information Shall Be Treated With The Strictest Confidentiality. Access To Records Shall Be Limited To Essential Personnel Only. Records Shall Be Secured When Not In Use. At The Conclusion Of The Contract, All Copies Of Individually Identifiable Health Records Shall Be Destroyed Or Returned To The Va. Any Individually Identifiable Health Records Shall Be Deleted From Computers Not Belonging To The Va. The Contractor Shall Comply With The Privacy Act, 38 U.s.c. 5701, 38 U.s.c. 7332, And 5 U.s.c. 552(a) Et. Seq. Contractor Staff Shall Sign Confidentiality Statements Before The Start Date Of The Contract. The Contractor Shall Comply With All Provisions Of The Health Information Portability And Accountability Act (hipaa), Including But Not Limited To Privacy, Security Of Electronic Health Data, And Adherence To Standards And Code Sets As Required By Hipaa. The Contractor Shall Ensure The Confidentiality Of All Patient And Employee Information And Shall Be Held Liable In The Event Of Breach Of Confidentiality. Any Person, Who Knowingly Or Willingly Discloses Confidential Information Obtained From The Va With Non-essential Persons, May Be Subject To Fines.
12.1.1 Hipaa Compliance. Hipaa Compliance Is Required. The Contractor Must Adhere To The Provisions Of Public Law 104-191, Health Insurance Portability And Accountability Act (hipaa) Of 1996 And The National Standards To Protect The Privacy And Security Of Protected Health Information (phi). As Required By Hipaa, The Department Of Health, And Human Services (hhs) Has Promulgated Rules Governing The Security And Use And Disclosure Of Protected Health Information By Covered Entities, Including The Department Of Veterans Affairs (va). In Accordance With Hipaa, The Contractor May Be Required To Enter Into A Business Associate Agreement (baa) With Va.
12.1.2 Blood Borne Pathogens: The Contractor And The Employees Provided, Pursuant To This Contract, Shall Comply With The Effective Vamc Policy (and Occupational Health Requirements In Accordance With Osha Blood Borne Pathogens (bbp) Law And The Osha Tuberculosis Compliance Directive, Enforceable Under Osha S General Duty Clause) Governing Health Care Workers Infected With A Blood Borne Pathogen. If The Contractor Obtains Information That A Health Care Worker Providing Care Pursuant To This Agreement May Be Infected With A Blood Borne Pathogen, The Contractor Will Advise The Contracting Officer Immediately.
medical Liabilities Insurance
13.1 The Contractor Shall Carry Required Insurance (see Vaar Clause 852.237-7 Indemnification And Medical Liability Insurance) And Vehicle Insurance In Accordance With The Of California Department Of State Health Services.
annual Vha Training
14.1 In Accordance With Vha Directive 2003-028 "compliance And Business Integrity Program", Its Updates Or Replacement Directives, Ig Guidance At 8994, Section Ii(c); Guidance At 4875, Section Iii (b)(4) Sentencing Guidelines, Section 8b2.1 (b) (4) (b) Annual Compliance Training Is To Be Provided To All Contractors Within The Scope Of Their Work. The Medical Center Cotr S Are To Coordinate The Annual Training With Their Respective Contracting Officer And Compliance And Business Integrity Officers. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Compliance And Business Integrity Officers For Their Files.
in Accordance With Vha Directive 1605.1 Privacy And Release Of Information , Updates Or Replacement Directives Annual Vha Privacy Policy Training Is To Be Provide To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Privacy Officer For Their Files.
in Accordance With Va Directive 6500, Information Security Program , Updates Or Replacement Directives Annual Vha Cyber And Security Information Training Is To Be Provided To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Information Security Officer For Their Files.
conformance With Environmental Management Systems
15.1 The Contractor Shall Perform Work Under This Contract Consistent With The Relevant Policy And Objectives Identified In The Agency, Organizational, Or Facility Environmental Management System (ems) Applicable For Your Contract. The Contractor Shall Perform Work In A Manner That Conforms To All Appropriate Environmental Management Programs And Operational Controls Identified By The Agency, Organizational, Or Facility Ems, And Provide Monitoring And Measurement Information As Necessary For The Organization To Address Environmental Performance Relative To The Environmental, Energy, And Transportation Management Goals. In The Event An Environmental Nonconformance Or Noncompliance Associated With The Contracted Services Is Identified, The Contractor Shall Take Corrective And/or Preventative Actions. In The Case Of A Noncompliance, The Contractor Shall Respond And Take Corrective Action Immediately. In The Case Of A Nonconformance, The Contractor Shall Respond And Take Corrective Action Based On The Time Schedule Established By The Ems Site Coordinator. In Addition, The Contractor Shall Ensure That Their Employees Are Aware Of The Roles And Responsibilities Identified By The Environmental Management System And How These Requirements Affect Their Work Performed Under This Contract.
all On-site Contractor Personnel Shall Complete Yearly Epa Sponsored Environmental Training Specified For The Type Of Work Conducted On-site. Upon Contract Award, The Contracting Officer's Representative Will Notify The Facility-level Environmental Management Systems Coordinator To Arrange Ems Training For Appropriate Staff.
contractor Performance Assessment Rating System (cpars)
required Registration With Contractor Performance Assessment Rating System (cpars)
16.1 As Prescribed In Federal Acquisition Regulation (far) Part 42.15, The Department Of Veterans Affairs (va) Evaluates Contractor Past Performance On All Contracts That Exceed $1,000,000 And Shares Those Evaluations With Other Federal Government Contract Specialists And Procurement Officials. The Far Requires That The Contractor Be Provided An Opportunity To Comment On Past Performance Evaluations Prior To Each Report Closing. To Fulfill This Requirement Va Uses An Online Database. The Cpars Database Information Is Shared With The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies.
16.2 Ach Contractor Whose Contract Award Is Estimated To Exceed $1,000,000 Is Required To Register With The Contractor Performance Assessment Rating System (cpars) Database At The Following Https://www.cpars.gov/
or By Calling (207) 438-1690. Registration Should Occur No Later Than Thirty Days After Contract Award And Must Be Kept Current Should There Be Any Change To The Contractor S Registered Representative.
16.3 For Contracts With A Period Of One Year Or Less, The Contracting Officer Will Perform A Single Evaluation When The Contract Is Complete. For Contracts Exceeding One Year, The Contracting Officer Will Evaluate The Contractor S Performance Annually. Interim Reports Will Be Filed Each Year Until The Last Year Of The Contract When The Final Report Will Be Completed. The Report Shall Be Assigned In Cpars To The Contractor S Designated Representative For Comment. The Contractor Representative Will Have Thirty Days To Submit Any Comments And Re-assign The Report To The Va Contracting Officer.
16.4 Failure To Have A Current Registration In The Cpars Database, Or To Re-assign The Report To The Va Contracting Officer Within Those Thirty Days, Will Result In The Government S Evaluation Being Placed On File In The Database With A Statement That The Contractor Failed To Respond.
surveillance Checklist
va Greater Los Angeles Healthcare System
contract: Ground Ambulance
date/time Of Inspection:
government Poc Primary:
government Poc Alternate:
organization:
va Greater Los Angeles Healthcare System
location: 11301 Wilshire Blvd, Los Angeles, Ca 90073
ss
performance Objective
pws Para
performance Threshold
method Of Surveillance
met
not Met
remarks
ss 1
the Contractor Shall Provide Ambulance Service, 24 Hours Per Day, 365 Days Per Year, As Required In Accordance With The Terms And Conditions Contained Herein.
1
95% Compliance
100% Surveillance Of Each Patient Pick-up.
ss 2
the Objective Of Standards For Maintenance Is To Protect Veterans And To Cause No Harm To All Parties. The Contractor Shall Maintain All Vehicles In A Clean And Orderly Condition, Free From Debris And Accumulations Which May Create An Accident, Injury, Or Fire Hazard.
4.4.3
95% Compliance
100%
surveillance
ss3
the Contractor Shall Maintain (and Furnish Upon Request) Procedures That Outline Preventive Maintenance And/or Repairs On Each Vehicle In An Individual Vehicle File And In Chronological Order, Latest Service On Top. A Statement From The Contractor Indication Compliance Of Vehicle Maintenance Files Is In Place Should Be Submitted At Time Of Offer For Evaluation Purposes. Requested Submission And Verification Of These Documentation Requirements Will Be A Quality Assurance Procedure During The Contract Period.
4.4.3
95% Compliance
100%
surveillance
ss4
the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract.
4.3.1
100% Compliance
100%
surveillance
ss5
have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974).
4.3.1
100% Compliance
100%
surveillance
ss6
a Licensed Mto Shall Ensure That Sanitation Procedures Are Provided To All Personnel In A Written Document That Conforms With Current Standards As Set Forth In Occupational Safety And Health Administration-blood Borne Pathogens Protocol.
attachment B
100% Compliance
100%
surveillance
Important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service-disabled Veteran Owned Small Business Set Aside. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 621910, Ambulance Services ($22.5 Million).
notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) At Www.sam.gov And Complete Online Representations And Certifications Application (orca). Additionally, All Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Department Of Veterans Affairs Center For Veterans Enterprise Vetbiz Registry Located At Http://vip.vetbiz.gov. All Interested Offerors Must Submit Information By E-mail To Ositadima.ndubizu@va.gov. All Information Submissions Should Be Received No Later Than 2:00 Pm Pacific Time On February 26, 2025. After Review Of The Responses To This Announcement, The Government Intends To Proceed With The Acquisition And A Subsequent Solicitation Will Be Published.
Closing Date26 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Security and Emergency Services
United States
Details: This Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Requests For A Solicitation Will Not Receive A Response. Responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Duns Number (f) Cage Code (g) Tax Id Number (h) Type Of Small Business, E.g. Services Disabled Veteran Owned Small Business, Veteran-owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business And (i) Must Provide A Capability Statement That Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below.
network Contract Office (nco) 22 Is Seeking A Qualified Vendor To Provide Non-emergent Basic Life Support Ground Ambulance Services To Eligible Beneficiaries That Use Va Greater Los Angeles Healthcare System (vaglahs) Located At 11301 Wilshire Blvd, Los Angeles Ca 90073. Contractor Shall Provide All Labor, Supervision, Facilities, Equipment, Supplies, Reporting, And Vehicles To Meet The Needs Of This Solicitation. Prospective Contractors Must Be Authorized/certified To Provide The Required Service And Must Show Proof With Any Provided Documents At The Time Of Responding To This Sources Sought Announcement Of The Capabilities Stated Below:
Draft Performance Work Statement Draft
title: Bls Ground Ambulance Services (va Greater Los Angeles Healthcare System) Visn 22/station 691/naics 62190
purpose: The Va Greater Los Angeles Healthcare System Va Medical Center (va Gla), Its Associated Community-based Outpatient Clinics (cbocs), And Affiliated Healthcare Clinics Require Contracted Non-emergency Ambulance Transportation Services. The Contractor Shall Provide All Vehicles, Personnel, Management, Supplies, Equipment, And Necessary Reporting For The Provision Of Basic Life Support (bls), Advanced Life Support (als), Critical Care Transport (cct) Services. The Contactor Shall Make These Ambulance Services Available To The Va As Needed, 24 Hours A Day, Seven Days A Week (24/7), Including Weekends And Holidays.
background: The Va Greater Los Angeles Healthcare System Main Campus Is Located At 11301 Wilshire Boulevard, Los Angeles, Ca 90044 And Its Nine (9) Community Based Outpatient Clinics Serve Over 84,000 Veterans In The Southern California Area. The Hospital Has 716 Inpatient Beds And Sees Approximately 8,000 -inpatient Admissions And 1.3 Million Outpatient Visits A Year. Veterans Served By This Facility Live Within The Counties And Zip Codes Listed In Paragraphs 5.2.6 And 5.2.7.
acronyms
als Advanced Life Support
aod Administrative Officers Of The Day
bls Basic Life Support
cct Critical Care Transport
cctp Critical Care Transport Paramedic
ccemtp Critical Care Emergency Medical Transport
co Contracting Officer
cor Contracting Officer S Representative
cpr Cardiopulmonary Resuscitation
dol Department Of Labor
emt Emergency Medical Technician
iaw In Accordance With
oo Ordering Officer
pws Performance Work Statement
qasp Quality Assurance Surveillance Plan
qc Quality Control Plan
tb Tuberculosis
tjc The Joint Commission
vts Veteran Transportation Service
scope/requirements
Types Of Ambulance Service
the Contractor Shall Provide Non-emergent, Basic Life Support (bls), Advanced Life Support (als), And Critical Care Transport (cct) Ambulance Services On An As-need Basis In Accordance With All Federal, State.
and Local Regulations.
occasionally A Veteran Will Need To Be Transported With Va Staff And Equipment; The Contractor Shall Return Va Staff And Equipment To The Original Place Of Pick-up.
Transport Of Miscellaneous Items With The Patient
the Contractor May Also Be Required To Transport Patient Luggage, Medical Records, Medication, And Comfort Items From Pickup Points To Destination At No Additional Cost To The Government. Luggage To Be Transported Will Be Restricted To Suitcase And Valise Types. When Patients Are Transported To The Va Greater Los Angeles Healthcare System Destination Is Deemed To Be The Er, Admissions, The Clinic, Or Service Within The Hospital, Or Directly To The Ward As Instructed By Va Staff.
Contractor Personnel: Contractor Personnel Shall Be Courteous And Always Conduct Themselves In A Businesslike Manner While Providing Services Under This Contract.
emergency Medical Technicians (emts), Critical Care Transport Paramedics (cctps) & Other Personnel
emts, Cctps And Other Medical Personnel (as Applicable) Shall At All Times Meet The Qualifications Specified In This Contract As Well As All Applicable Federal, State, And Local Government Laws, Regulations, And Standards. Emts, Cctps And Other Medical Personnel (as Applicable) Shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State, Or Regional Government Or Public Entity Where The Emergency Service Is Operated Or By Which It Is Governed.
if The Contractor Wishes To Add Or Replace Personnel Throughout The Life Of The Contract, It Shall Provide Evidence Of Required Training, Certifications, Licensing, And Any Other Qualifications To The Contracting Officer S Representative (cor) For Review.
all Ambulance Drivers Shall Have A Valid Driver S License In Accordance With State Requirements For Their Place Of Operation And The Services They Perform. If The Contractor Wishes To Add Or Replace Drivers Throughout The Life Of The Contract, It Shall Provide A Valid Driver S License To The Cor.
cctps Shall Have Met All State Requirements For The Tier In Which They Are Performing Services In (i, Ii, Iii). Proof In The Form Of A Current Certificate For The Successful Completion Of Such Must Be Provided To The Cor Upon Request.
investigative Requirements For Contract Personnel: Contract Personnel Will Be Subject To The Same Investigative Requirements As Those For Regular Va Appointees And Employees. The Level Of Investigation Commensurate With The Level Of Access To Perform The Performance Work Statement Is: Special Agreement Checks (sac). Fingerprinting For Contract Personnel Will Be Conducted At Va Greater Los Angeles Healthcare System. Thereafter The Contracted Employees Will Be Subject Annually To The Same Requirement, With A 90-day Window To Complete Such Requirement As Provided By Va Greater Los Angeles Healthcare System. The Va Security And Investigation Center (sic) Is Responsible For Adjudicating All Background Investigations For Contract Employees.
emts, Cctps, And Other Contractor Personnel As Applicable Must Pass The Contractor S Background Check And Must Not Have Been Convicted Of (or Have Any Pending Charges For) A Felony For The Past Five Years. Personnel (and Contractor) Must Report Any New Or Additional Charges Or Convictions If They Arise During The Course Of Performance Under This Contract So Va Can Review Them And Determine Whether The Employee In Question Needs To Be Discharged Of His Or Her Duties Until The Matter Is Adjudicated.
tuberculosis Exposure Control Policy
the Contractor Shall Provide The Va With A Policy On Tuberculosis (tb) Exposure And Control, To Include Tb Decontamination.
the Contractor Shall Have Its Personnel Tested For Tb In Accordance With State Guidelines And Provide Written Confirmation To The Cor That All Personnel (current Employees And Any New Hires) Performing Services Under This Contract Are Current In Their Tb Test By At The Start Of Each Ordering Period.
Contractor Equipment, Vehicles, And Inspection
ambulances Shall Meet All Applicable Federal, State, And Local Regulations And Specifications, Including But Not Limited To Licensing, Registration, And Safety Standards.
the Va Reserves The Right To Inspect The Contractor S Equipment And Vehicles Or Require Documentation Of Compliance With State Laws, Rules, Regulations, And Guidelines Governing Emergency Medical Transport Vehicles (ambulances). Va Inspections Of Contractor Equipment Do Not Constitute A Warranty Or Guarantee That The Contractor S Vehicles And Equipment Are Properly Maintained. The Va Reserves The Right To Restrict The Contractor S Use Of Equipment And Vehicles In The Performance Of This Contract Which Are Not In Compliance With Contract Requirements. The Restriction Of Such Equipment And Vehicles Shall Not Relieve The Contractor From Performance In Accordance With The Contract Nor Necessitate Additional Cost To The Va.
vehicles Shall Be Clean And Maintained In Good Repair In Accordance With Manufacturer S Instructions.
the Contractor Shall Not Borrow Or Exchange Supplies, Equipment, And/or Medications With The Va. Equipment Attached To Or In Use By The Patient At Time Of Pick-up May Remain With The Patient During Transport To Ensure Continuity Of Care. Medical Control Authorities Are Responsible For Maintaining And Supplying Medication During Patient Transport. All Va Equipment And Unused Medications Must Be Returned To Va During Patient Drop-off Or As Promptly As Feasible Within 24 Hours.
the Contractor Shall Furnish All Linen Required For Patient Transport At No Additional Cost. Linen Shall Not Be Exchanged With Linen Belonging To Va Greater Los Angeles Healthcare System Or Its Cboc Locations.
the Contractor Must Be Capable Of Transporting The Drugs And/or Equipment As Required By The Patient As Listed In Attachment A Critical Care Transport Capabilities Confirmation. The Contractor Shall Have The Appropriate Medications, Up To And Including Cct If Necessary, Based On The Ems Region The Ambulance Provider Is Functioning In.
the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract.
the Contractor Personnel Performing Services For The Va, Shall, At All Times, Conduct Themselves In A Professional Manner, And Be Identified By Having The Company Name, And Employee Name Affixed To
the Uniform. The Contractor Shall Be Responsible For Furnishing All Vehicles, Uniforms, Nametags And/or Badges For Performance Of Services Under This Contract. Employee Identifications Shall Be Worn In Clear View Above The Waist. The Contractor Personnel Shall Not Smoke/play Loud Music Originating From Any Device In Vehicles While Transporting Va Patients.
each Driver Shall Possess A Driver S License That Is Valid For The Class Of Vehicle Driven. Evidence Of A Special Transportation Service Vehicle Permit, Or Endorsement Issued By The Commissioner Of Public Safety.
be At Least 18 Years Of Age And Have Not Less Than One Year Of Experience As A Licensed Driver; And
for The Past Three Years:
have Not Had A Driver S License Canceled Or Suspended.
have A Driving Record Clear Of Convictions For Operating A Motor Vehicle Or Motorcycle Without Insurance.
have A Driving Record Clear Of Convictions For Driving A Motor Vehicle Without A Valid Current License For The Class Of Vehicle Driven.
have A Driving And Criminal Record Clear Of Convictions For Driving Under The Influence Of Alcohol Or A Controlled Substance.
the Contractor Personnel Will Ensure That The Patient Is Secured To The Stretcher/cot And That The Stretcher/cot Is Secure In The Back Of The Ambulance Before The Vehicle Moves.
ambulance Drivers Shall Have A Valid Driver S License, In Accordance With Federal, State, And Local Government Requirements For Their Place Of Operation For The Services They Perform, Be Capable Of Administering Oxygen And Shall Have Successfully Completed The Standard And Advanced First Aid Course Of The American Red Cross Of U.s. Bureaus Of Mines Of Equivalent And Be Capable Of Providing Necessary Medical Assistance To The Attending Emergency Medical Technician Or Paramedic.
emergency Medical Technician (emt) And Paramedic Qualifications: Emt S And Paramedic S Providing Services Under This Contract Shall Have The Following Qualifications, In Additions To Those Required By Federal, State, And Local Government:
have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974).
shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State Of Regional Government Or Public Entity Where The Emergency Ambulance Service Is Operated Or By Which It Is Governed.
Transportation Request
4.5.1 Vetride Or Va-approved Transportation Software Utilization:
the Contractor Agrees To Utilize The Vetride Vendor Portal Or Va-approved Transportation Software With Every Patient Transported Under This Contract.
department Of Veteran Affairs Will Provide The Software And Access To The Vetride Vendor Portal Or Va-approved Transportation Software For The Vendor/contractor In This Contract. The Contractor Will Utilize The Vetride Vendor Portal Or Va-approved Transportation Software Fully As Instructed:
receive And Respond To Electronic Trip Requests.
receive, Use, And Ensure The Use Of The Vendor Pass By The Driver.
submit Claims Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Va-approved Transportation Software System.
all Invoices Must Be Submitted Within 30 Calendar Days Of Date Of Service In Accordance With 38 Cfr 70 To Be Considered Timely Submission.
the Contractor S Invoice Must Be On The Hcfa 1500 To Include:
contract Number
date Of Service (to Include Box 24 A-j)
authorization Number(s)
pick-up And Drop-off Location Of The Patient
base Rate
name (last, First And Middle Initial (if Any)) And Full Social Security Number (box 1a) Of Patient Transported.
date Of Birth And Sex
diagnosis Codes Or Nature Of Illness Or Injury
documentation Of Circumstances When Billing For Waiting Time
any Miscellaneous Charges For Which The Contractor Is Expecting Reimbursement I.e., Tool Charges, Waiting Time, Etc.
va Authorizing Official S Name
healthcare Procedure Coding System/national Level Ii (hcpcs)
unauthorized Charges Will Be Reviewed By The Contracting Officer Representative (cor) As To The Validity Of The Charges And As To Whether The Payment Will Be Made. A Final Determination Will Be Made Within 30 Days After Notifying The Contractor Of The Charges, Which Are Being Suspended.
Note: Invoices For Government Transportation Contracts Will Transition From Tungsten To Vetride During The Life Of The Contract. The Co Will Provide Notice To The Contractor Of The Start Date With Updated Instructions From Those Listed Above. Until The Transition Has Been Approved, Contractor Shall Use Tungsten To Submit All Invoices.
a Transportation Request Is Defined As One Incidence Of A Request For One-way Service (bls, Als, Cct). No More Than One Patient Will Be Transported Per Order Unless Approved By An Authorized Va Staff. Transportation Requests Will Be Made Through Vetride Or Va-approved Transportation Software Utilization. Contractors Must Have The Capability To Receive Orders, Update Ride Status, And Input Trip Costs And Other Required Data Through This Portal. Contractors Must Have Dedicated Staff Available To Monitor This Portal 24/7. Va Greater Los Angeles Healthcare System Travel Program Staff Will Be Available To Assist With Account Setup And Training For The Contractor S Staff. In The Event Vetride Or Other Va-approved Transportation Software Utilization Is Down, Other Methods Of Communication (i.e., Telephone, Facsimile) Will Be Used To Place Transportation Requests.
va Greater Los Angeles Healthcare System Travel Program Staff/or Authorized Va Employees Will Work With The Contractor The Following Business Day To Reconcile Any Transportation Requests That Were Placed Outside Of Vetride Or Va-approved Transportation Software Utilization.
the Contractor Must Update Vetride Or Va-approved Transportation Software Utilization With Any Data And/or Notes In Real Time That Deviate From The Original Order Such As Invoicing For Additional Mileage Due To A Road Closure, Wait Time, Reason For No Load, Etc. Va Greater Los Angeles Healthcare System Travel Program Staff/or Authorized Va Employees May Place A Hold On Payment Of This Order Until It Has Been Reconciled.
only The Following Va Staff Are Authorized To Place, Cancel, Or Make Changes To Transportation Requests:
contracting Officer (co)
administrative Officer Of The Day (aod)
contracting Officer S Representative (cor)
ordering Officers (oo)
beneficiary Travel Office Staff
the Contracting Officer Will Furnish The Contractor With The Names Of Individuals Above, Who Are Authorized As Ordering Officers, By Separate Memorandum Upon Issuance Of The Contract. The Contracting Officer Will Update This List Throughout The Life Of The Contract As Ordering Officers Change.
ordering Officers Are Responsible For Issuing And Administering Orders Placed Under This Contract. Ordering Officers Have No Authority To Modify Any Term Of This Basic Contract. Any Deviation From The Terms Of The Basic Contract Must Be Approved In Writing By The Contracting Officer Responsible For This Contract. The Contractor Shall Accept Orders Against This Contract Only From The Contracting Officer And/or Authorized Ordering Officers. Fulfilling Orders From Persons Other Than The Contracting Officer Or Ordering Officer May Result In Loss Or Delay In Payment For Supplies/services Provided Under Such Orders.
non-authorized Va Employees And Private Agencies (e.g., Nursing Homes) Are Not Considered Authorized To Place Transportation Requests.
All Patient Pick-up(s) And Drop-off(s) Shall Be Authorized Via Orders Which Shall Only Be Issued By The Designated Ordering Officers. When Placing Orders For Services, The Ordering Officer Shall Contact The Designated Contractor Point Of Contact(s) To Provide The Following Information:
mode Of Transportation Required,
required Time Of Arrival
name Of The Beneficiary,
pick-up And Delivery Point,
type And Number Of Additional Medical Care Specialists Required,
type Of Equipment Required,
last Four Of The Patient's Social Security Number, And
any Other Special Instructions
for All Transports An Audit System Will Be Put In Place By The Va To Include The Cor Or Designee, Beneficiary Travel Department Staff, And Clinical Staff To Ensure Appropriateness Of The Order And Timeliness Of The Response.
the Type Of Transportation Service (bls, Als, Cct) Required Will Be Discussed And Determined By Va Clinical Personnel And The Contractor. The Contractor Shall Transport The Patient Per Its Policies And Standard Industry Practice. If The Type Of Transportation Service Differs From What Was Agreed Upon By The Va And Contractor, The Contractor Shall Submit Documentation To The Va Explaining Its Rationale.
the Va May Authorize An Escort (e.g., Spouse, Relative, Guardian, Etc.) To Accompany The Patient During Medical Transport If It Is Practicable And, In The Patient S, Best Interest. The Contractor Shall Allow The Escort To Accompany The Patient At No Additional Cost.
the Contractor Shall Have Sufficient Vehicles And Personnel To Provide Services For Up To Two (2) Simultaneous Transportation Requests. Transports Required May Be For Any Mix Of Bls, Als Transports. One Of These Four Simultaneous Transports May Require Cct Capability Up To Tier Iii. If Va Greater Los Angeles Healthcare System Requires Ambulance Services Exceeding Four (4) Simultaneous Transportation Requests, The Vendor Will Be Offered To Provide The Services If They Have Sufficient Vehicles/personnel Available; But May Decline These Additional Orders If Sufficient Vehicles/personnel Are Unavailable.
the Number Of Transports Under Normal Operating Conditions Will Typically Range From Zero (0) To Nine (9) Transports Each Weekday And Significantly Less On Weekends And Holidays. The Number Of Actual Transports May Vary Throughout The Life Of The Contract.
the Patient May Bring With Her Or Him Up To Three (3) Liters Of Oxygen. The Contractor Shall Be Responsible For Providing Adequate And Safe Storage Of The Oxygen Tanks During Transport.
response Times*
orders That Are Scheduled By 7 Pm Local Time The Day Before The Required Services Are Defined As Scheduled In Advance. With The Exceptions Found Below, The Contractor Shall Arrive On Time For All Orders Scheduled In Advance.
emergent Transport (originating From Va (only): The Contractor Shall Be Required To Provide Ground Ambulance Arrangements Within Thirty (30) Minutes Of Order/patient Pick Up Call.
for All Add-ons (not Scheduled In Advance) Transportation Requests, With Pick Up At Va Greater Los Angeles Healthcare System: The Contractor Will Be Allotted Up To A Sixty (60) Minute Response Time From Time Of Order Placement For Transportation Requests That Are Not Previously Scheduled In Advance.
for An Urgent Transport Request For A Critical Patient (as Deemed By The Physician) With Pick Up At Va Greater Los Angeles Healthcare System, The Contractor Will Be Allotted Up To A Thirty (30) Minute Response Time.
for Transportation Requests Which Do Not Have A Pick-up At Va Greater Los Angeles Healthcare System:
the Contractor May Be Required, If Requested By The Va, To Dispatch Ambulances On Short Notice For Transportation Request Not Scheduled In Advance; For These Transportation Requests The Contractor Shall Dispatch Ambulances Within Thirty (30) Minutes Of Receiving The Order.
pick-up Appointment Times Shall Be Agreed Upon By The Va And Contractor At Time Of Order Placement And Be Reasonable Based Upon Travel Distance, Speed Limits, And Weather Conditions.
the Contractor S Patient Pick-up Time Cannot Be More Than 15 Minutes Prior To The Schedule Pickup Time Nor 15 Minutes Later Than The Scheduled Pickup Time For Transportation Requests Scheduled In Advance.
* The Contractor Shall Not Be Held Liable For Nonperformance Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, And Unusually Severe Weather. The Contractor Must Notify The Va With As Much Advance Notice As Possible Should Any Of These Occur.
cancellations
for Va Initiated Transportation Requests (scheduled), If Contractor Is Notified Of Cancellation Before The Vehicle Is Dispatched, There Shall Be No Charge To The Government.
4.5.2.1.1. 4.3.1.1.1 A No Show Is Defined As A Transportation Request Which Is Cancelled After The Contractor Has Dispatched A Vehicle, The Vehicle Is Enroute, Or Has Arrived At The Pick-up Location, And There Is No Longer A Requirement For Patient Transportation. The Contractor May Request One-way Reimbursement For No-shows. No-show Reimbursement Shall Be Based Upon The Base Rate For The Type Of Service Requested (bls, Als, And Cct) And The One-way Mileage (bls, Als, And Cct) Accrued Enroute To The Pick-up Location At Time Of Cancellation. Mileage For No- Show Cancellations Shall Be Confirmed By The Contractor And Reported To The Va As Soon As Possible From Time Of Cancellation.
for Add-on Transportation Requests Out Of Va Loma Linda Healthcare System S Main Facility And Associated Cboc Locations Only (unscheduled), The Contractor Will Immediately Dispatch A Vehicle Upon Receipt Of The Order (including Transportation Requests In Which The Final Destination May Change Prior To Pick Up Due To The Critical Condition Of The Patient). When The Contractor Is Notified Of A Cancellation Prior To Arrival At The Va Loma Linda Healthcare System Campus, There Shall Be No Charge To The Government.
Pick-up/drop-off/reporting Procedures
ambulance Personnel Shall Pick-up And Deliver Patients At Specified Locations (e.g., Front Door Of Entrance). These Locations Will Be Specified By Va Staff When An Order Is Placed And Communicated To The Transporting Personnel.
when Applicable, Ambulance Personnel Shall Report To The Veteran Transportation Service (vts) Dispatcher Or Administrative Officer Of The Day (aod) To (1) Announce His/her Arrival To Pick-up And
transfer The Patient And (2) Obtain Report Of Pertinent Information Regarding The Patient S Condition From The Primary Nurse/physician.
when Delivering A Patient, Ambulance Personnel Shall Give Report To The Appropriate Va Healthcare Staff And Provide A Copy Of The Run Sheet Which Will Be Retained By The Facility For Inclusion To The Patient S Medical Record.
in Cases Where Ambulance Personnel Must Divert To A Local Emergency Department While Performing A Va Authorized Transport, The Contractor S Dispatcher Shall Notify The Va Beneficiary Travel Department Or Administrative Officer Of The Day Of The Patient S Location And Status As Soon As This Information Becomes Available.
Patient Welfare
the Contractor Shall Be Responsible For The Patient S Welfare During Transport. The Contractor Shall Be Held Responsible For Patient And/or Va Property During Transport. Any Damaged Or Lost Wheelchairs, Walkers, Crutches, Or Personal Belongings Shall Be Replaced At The Contractor S Expense.
the Va Requires The Contractor To Exercise Extreme Caution And Care In The Handling Of Patients.
if A Va Beneficiary Being Transported Declines To Be Properly Secured Or Removed The Securement Devices Himself/herself, The Driver Will Notify The Contracting Officer S Representative (cor) Of This Fact Prior To Departure. The Contractor Is Not Required To Transport Any Va Beneficiary Who Refuses To Be Properly Secured While Being Transported. In The Event That The Beneficiary Refuses To Be Properly Secured, They Shall Be Returned Back Into The Building Which They Came From.
Incident Reporting
the Contractor Shall Notify The Cor, Requestor, Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Cor, Program Manager, Or Beneficiary Travel Department, By The Close Of Business Of The Next Working Day.
the Cor Will Monitor The Service Provided. The Contractor Shall Cooperate With The Cor In Providing Information And Answering Questions In A Timely Manner. The Contractor Shall Promptly Inform The Cor Of Any Complaints Received Directly From Patients. If Warranted, The Va May Conduct Incident Investigations And Require Written Response From The Contractor Within 48 Hours Of Request.
Invoicing
each Transport Shall Include Thirty (30) Minutes Of Wait Time; The Contractor May Invoice For Wait Times In Excess Of This Initial Thirty (30) Minutes. Wait Time Shall Begin Only Once The Contractor Has Both Reached The Pick-up Address Location And The Appointment Time Has Elapsed. All Wait Times Shall Be Itemized And Invoiced In Fifteen (15) Minute Intervals. For Partial Fifteen (15) Minute Intervals, Zero (0) To Seven (7) Minutes Shall Be Rounded Down To Zero (0) Minutes And Eight (8) To Fifteen (15) Minutes Rounded Up To Fifteen (15) Minutes.
when Invoicing For Mileage, The Contractor Shall Round To The Nearest Mile. Mileage Ending In .5 Or Higher Shall Be Rounded Up To The Nearest Mile. Mileage Ending In .4 Or Lower Shall Be Rounded Down To The
nearest Mile. Payment For Mileage To Or From The Point Of Care Shall Be Limited To The Va S Calculation According To The Va S Bing Maps Api Determination. Bing Maps Api Is Optimized To Determine Mileage Based On The Shortest Time Of Travel.
if Unloaded Mileage Exceeds Loaded Mileage, The Contractor May Invoice For A Flat Fee Only If The Following Also Occur:
unloaded Mileage Exceeds 75 Miles.
the Contractor Does Not Deviate From A Route To Intentionally Make Unloaded Mileage Exceed Loaded Mileage.
except For No Shows And Trips When Unloaded Mileage Exceeds Loaded Mileage In Accordance With 4.9.3, The Contractor Shall Invoice For Loaded (patient Onboard) Services And Mileage Only.
upon Notification Of The Contracting Officer, The Vendor Must Receive Training And Begin Implementation Of Invoices Via Vet Ride Within 30 Days Versus Va Tungsten Network E-invoicing Network. Invoices Must Be Submitted Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Other Va Approved Software. These Invoices Shall Not Include Patient Information, But Shall Include The Following:
contractor Name
contract Number
current Purchase Order Number
date Of Service
total Amount Invoiced Including A Summary Of The Total Number Of Charges That Align With The Line Items Of This Contract (i.e., Total Number Of Bls Base Rate, Total Bls Mileage Incurred, Etc.)
an Itemized List Of Charges Or Services Rendered That Align With The Line Items Of This Contract (i.e., Bls Base Rate, Bls Mileage Incurred, Etc.)
payment By Va Under This Contract To A Provider Of Ground Ambulance Transportation Services Authorized Under This Contract Extinguishes Any And All Liability On The Part Of Theâ va Beneficiaryâ for That Transportation Service. Â under No Circumstances Are Va Beneficiaries, Third Party Insurances, Medicare, Or Medicaid To Be Billed For The Services Performed Under This Contract.
general Information
this Contract S Ordering Period Shall Be Effective From April 1, 2025, To March 31, 2027
the Place Of Performance Is Variable; Ambulance Services May Be Required To And From Locations Including, But Not Limited To The Following:
va Greater Los Angeles Healthcare System Va Medical Center Is Located At 11301 Wilshire Boulevard, Los Angeles, Ca 90044
va Greater Los Angeles Healthcare System And Community-based Outpatient Clinics (cbocs):
sepulveda Ambulatory Care Center
16111 Plummer Street North Hills, Ca 91343
818-891-7711
los Angeles Ambulatory Care Center
351 East Temple Street Los Angeles, Ca 90013
213-253-5000
east Los Angeles Va Clinic
5426 East Olympic Boulevard
commerce, Ca 90022-5113
313-725-7372
san Gabriel Valley Va Clinic
7 West Foot Boulevard, Suite D
arcadia, Ca 91006-2367
626-836-2300
bakersfield Outpatient Clinic
1801 Westwind Drive
bakersfield, Ca 93301
661-632-1800
lancaster Outpatient Clinic
340 East I, Lancaster Blvd. Lancaster, Ca 93534-1941
661-729-8655
san Luis Obispo Cboc 1288 Morro Street Ste.#200 San Luis Obispo, Ca 93401
805-543-1233
santa Barbara Outpatient Clinic
4440 Calle Real
santa Barbara, Ca 93110
805-683-1491
Santa Maria Cboc
1550 East Main Street Santa Maria, Ca 93454
oxnard Outpatient Clinic
2000 Outlet Center Drive Ste.225 Oxnard, Ca 93036
mariner Outpatient Clinic
5250 Ralston Street
ventura, Ca 93003-7318
877-251-7295
other Va Medical Centers Or Hospitals Within Veterans Integrated Service Network (visn) 22 Including But Not Limited To:
facility
address
va Long Beach Health Care System
5901 E. 7th Street, Long Beach, Ca 90822
va San Diego Health Care System
3350 La Jolla Village Drive, San Diego, Ca 92161
va Greater Los Angeles Health Care System
11301 Wilshire Blvd, Los Angeles, Ca 90073
va Loma Linda Health Care System
11201 Benton St, Loma Linda, Ca 92357
other Non-va Medical Facilities And Community Care Facilities As Authorized By The Va.
arroyo Grande Care Center
1212 Farroll Ace
arroyo Grande, Ca 93420-3718
telephone: 805-489-8137
parkview Julian Healthcare Center
1801 Julian Ave
bakersfield, Ca. 93304
telephone: (661) 831-9150
sierra View Care Center
14318 Ohio St.
baldwin Park, Ca. 91706
telephone: (626) 960-1971
topanga Terrace
22125 Roscoe Blvd
canoga Park, Ca 91304
telephone: (818) 883-7292
community Care Center
2335 S. Mountain Ave.
duarte, Ca. 91010
telephone: (626) 357-3207
clearview Sanitarium And Convalescent
15823 S. Western Ave.
gardena, Ca. 90247
telephone: (310) 538-2323
sunnyside Nursing Center
22617 S. Vermont Ave.
torrance, Ca 90502
telephone: (310) 320-4130
country Manor Healthcare Center
11723 Fenton Ave.
lakeview Terrace, Ca. 91342
telephone: (818) 899-0251
guardian Rehabilitation Hospital
533 S. Fairfax Ave
los Angeles, Ca 90036
telephone: (323) 931-1061
kei-ai Los Angeles Healthcare Center
2221 Lincoln Park Avenue
los Angeles, Ca 90031
telephone: (323) 276-5700
maple Healthcare Center
2626 Maple Drive
los Angeles, Ca 90011
telephone: 213-747-6371
new Vista Post-acute
1516 Sawtelle Blvd.
los Angeles, Ca. 90025
telephone: (310) 477-5501
sunray Healthcare Center
3210 W. Pico Blvd.
los Angeles, Ca. 90019
telephone: (323) 734-2171
university Park Healthcare Center
230 E. Adams Blvd.
los Angeles, Ca 90011
telephone: 213-748-0491
view Heights Convalescent Hospital
12619 S. Avalon
los Angeles, Ca. 90061
telephone: (323) 757-1881
windsor Gardens Convalescent Hospital
915 S. Crenshaw Blvd.
los Angeles, Ca. 90019
telephone: (323) 937-5466
bayside Care Center
1405 Teresa Drive
morro Bay, Ca. 93442
telephone: (805) 772-2237
sherman Village Healthcare Center
12750 Riverside Dr.
north Hollywood, Ca 91607
telephone: (818) 766-6105
valley Village Care Center
13000 Victory Blvd.,
north Hollywood, Ca 91606
telephone: (818) 985-5990
maywood Acres Healthcare
2641 S. C St.,
oxnard, Ca 93033
telephone: (805) 487-7840
shoreline Care Center
5225 South "j" Street
oxnard, Ca 93033
telephone: (805) 488-3696
mission View Healthcare Center
1425 Woodside Drive
san Luis Obispo, Ca 93401
telephone: (805) 543-0210
brentwood Healthcare Center
1321 Franklin Street
santa Monica, Ca. 90404
telephone (310) 828-5596
fireside Healthcare Center
94 7 Third St.
santa Monica, Ca. 90403
telephone: (310) 393-7117
chanel Islands Post-acute
3880 Via Lucero,
santa Barbara Ca 93110
telephone: (805) 687-6651
new Vista Nursing & Rehab Center
8647 Fenwick Ave.
sunland, Ca. 91040
telephone: (818) 352-1421
sylmar Health & Rehab
12220 Foothill Blvd.
sylmar, Ca. 91342
telephone: (818) 834-5082
the Care Center On Hazeltine
6835 Hazeltine Ave.
van Nuys, Ca 91405
telephone: 818-997-1841
coastal View Healthcare Center
4904 Telegraph Road
ventura, Ca. 93003
telephone: (805) 642-4101
veteran S Residence.
local Airports Including:
los Angeles International Airport: 1 World Way, Los Angeles, Ca 90045
john Wayne Airport: 18601 Airport Way, Santa Ana, Ca 92707
long Beach Airport: 4100 Donald Douglas Dr, Long Beach, Ca 90808
ontario Airport: Ontario, Ca 91761
hollywood Burbank Airport: 2627 N Hollywood Way, Burbank, Ca 91505
oxnard Airport: 2889 W 5th St, Oxnard, Ca 93030
zip Codes By County Include But Are Not Limited To:
san Barbara County
93013
93014
93067
93101
93102
93103
93105
93106
93107
93108
93109
93110
93111
93116
93117
93254
93427
93429
93434
93436
93437
93438
93440
93441
93454
93455
93456
93457
93458
93460
93463
93464
ventura County
93203
93205
93206
93215
93220
93222
93224
93225
93226
93238
93240
93241
93243
93250
93251
93252
93255
93263
93268
93276
93280
93283
93285
93287
93301
93302
93303
93304
93305
93306
93307
93308
93309
93311
93312
93313
93314
93380
93383
93384
93385
93386
93387
93388
93389
93390
kern County
93203
93205
93206
93215
93220
93222
93224
93225
93226
93238
93240
93241
93243
93250
93251
93252
93255
93263
93268
93276
93280
93283
93285
93287
93301
93302
93303
93304
93305
93306
93307
93308
93309
93311
93312
93313
93314
93380
93383
93384
93385
93386
93387
93388
93389
93390
los Angeles County
90001
90002
90003
90004
90005
90006
90007
90008
90009
90010
90011
90012
90013
90014
90015
90016
90017
90018
90019
90020
90021
90022
90023
90024
90025
90026
90027
90028
90029
90030
90031
90032
90033
90034
90035
90036
90037
90038
90039
90040
90041
90042
90043
90044
90045
90046
90047
90048
90049
90050
90051
90052
90053
90054
90055
90056
90057
90058
90059
90060
90061
90062
90063
90064
90065
90066
90067
90068
90069
90070
90071
90072
90073
90074
90075
90076
90077
90078
90079
90080
90081
90082
90083
90084
90086
90087
90088
90089
90090
90091
90093
90094
90095
90096
90099
90189
90201
90202
90209
90210
90211
90212
90213
90220
90221
90222
90223
90224
90230
90231
90232
90233
90239
90240
90241
90242
90245
90247
90248
90249
90250
90251
90254
90255
90260
90261
90262
90263
90264
90265
90266
90267
90270
90272
90274
90275
90277
90278
90280
90290
90291
90292
90293
90294
90295
90296
90301
90302
90303
90304
90305
90306
90307
90308
90309
90310
90311
90312
90401
90402
90403
90404
90405
90406
90407
90408
90409
90410
90411
90501
90502
90503
90504
90505
90506
90507
90508
90509
90510
90601
90602
90603
90604
90605
90606
90607
90608
90609
90610
90701
90702
90703
90704
90706
90707
90710
90711
90712
90713
90714
90715
90716
90717
90723
90731
90732
90733
90734
90744
90745
90746
90747
90748
90749
90755
90801
90802
90803
90804
90805
90806
90807
90808
90809
90810
90813
90814
90815
90822
90831
90832
90833
90834
90835
90840
90842
90844
90845
90846
90847
90848
90853
91001
91003
91006
91007
91008
91009
91010
91011
91012
91016
91017
91020
91021
91023
91024
91025
91030
91031
91040
91041
91042
91043
91046
91101
91102
91103
91104
91105
91106
91107
91108
91109
91110
91114
91115
91116
91117
91118
91121
91123
91124
91125
91126
91129
91182
91184
91185
91188
91189
91199
91201
91202
91203
91204
91205
91206
91207
91208
91209
91210
91214
91221
91222
91224
91225
91226
91301
91302
91303
91304
91305
91306
91307
91308
91309
91310
91311
91313
91316
91319
91320
91321
91322
91324
91325
91326
91327
91328
91329
91330
91331
91333
91334
91335
91337
91340
91341
91342
91343
91344
91345
91346
91350
91351
91352
91353
91354
91355
91356
91357
91361
91362
91364
91365
91367
91371
91372
91376
91380
91381
91382
91383
91384
91385
91386
91387
91388
91390
91392
91393
91394
91395
91396
91401
91402
91403
91404
91405
91406
91407
91408
91409
91410
91411
91412
91413
91416
91423
91426
91436
91470
91482
91495
91496
91497
91499
91501
91502
91503
91504
91505
91506
91507
91508
91510
91521
91522
91523
91526
91601
91602
91603
91604
91605
91606
91607
91608
91609
91610
91611
91612
91614
91615
91616
91617
91618
91702
91706
91714
91715
91716
91722
91723
91724
91731
91732
91733
91734
91740
91741
91744
91745
91746
91747
91748
91749
91750
91754
91755
91756
91759
91765
91766
91767
91768
91769
91770
91771
91772
91773
91775
91776
91778
91780
91788
91789
91790
91791
91792
91793
91801
91802
91803
91804
91841
91896
91899
5.2.8. Contracting Officer Representative
Tbd
Phone:
Email:
5.2.9. Hours Of Operation:
vaglahs S Normal Hours Of Operation Are Monday Through Friday, 5:00 Am To 6:00 Pm, Exclusive Of Federal Holidays; However, Transportation Services Are Required 24 Hours/day, 7 Days/week, Including Federal Holidays.
5.2.10. Recognized Holidays:
the Following Holidays Are Observed By The Federal Government. If A Federal Holiday Falls On A Saturday, The Immediately Preceding Friday Will Be Observed As The Holiday; If A Federal Holiday Falls On A Sunday The Immediately Succeeding Monday Will Be Observed As The Holiday. In Addition To Those Holidays Listed Below, On Occasion There May Be Other Holidays Declared By Executive Order:
new Year S Day Labor Day
martin Luther King Jr. S Birthday Columbus Day
president S Day Veteran S Day
memorial Day Thanksgiving Day
juneteenth Christmas Day
independence Day
note: The Contractor Is Required To Perform On Holidays Should There Be Scheduled Transports.
5.2.11. Identification Of Contractor Employees:
a. While Performing Services Under The Contract, All Employees Shall Wear A Uniform And Name Tag That Readily Identifies The Company And The Person As An Employee Of The Contractor. Uniforms Are To Be Clean And Maintained In Good Repair. Drivers Must Maintain Accepted Standards Of Cleanliness And Grooming And Demonstrate Courtesy To The Patients Being Transported.
b. All Contract Personnel Attending Meetings, Answering Government Telephones, And Working In Other Situations Where Their Contractor Status Is Not Obvious To Third Parties Are Required To Identify Themselves As Such To Avoid Creating An Impression In The Minds Of Members Of The Public That They Are Government Officials.
c. Contract Personnel Shall Ensure That All Documents Or Reports Produced By Contractors Are Suitably Marked As Contractor Products Or That Contractor Participation Is Appropriately Disclosed.
5.2.12. Site Visit:
va Greater Los Angeles Healthcare System Requests A Site Visit On Tbd At Tbd With All Prospective Vendors.
vendors Will Meet Mr. Xxxx At Va Long Beach S Tbd. The Facility Is Located At 11301 Wilshire Boulevard, Los
angeles, Ca 90044. Please Rsvp By Calling Or Emailing Mr. Xxxx At:
Wp:
Email:
quality Control Plan
Quality Control
the Contractor Shall Maintain A Quality Control Plan (qcp) That Contains, At A Minimum, The Following:
a Description Of The Company S Organizational Structure Including A Description Of The Roles And Responsibilities Of Management And Supervisors.
a Description Of The Methods To Be Used By The Contractor For Identifying And Preventing Deficiencies Or Problems In The Quality Of Service.
a Description Of The Specific Steps The Contractor Will Take For Corrective Action If Needed If A Deficiency Or Problem In The Quality Of Service Occurs.
a Description Of The Company S Records And Tracking System Used To Identify Up-to- Date Background Checks, Applicable Certifications And Tests, And Training Of Each Employee Performing Services Under This Contract.
a Description Of The Method Used To Provide On-time Ambulance Services To Meet The Requirements Of This Contract (24/7 Availability And Up To 4 Simultaneous Transports In Accordance With Pws 4.5.1.7).
a Description Of The Methods Used To Identify And Prevent Radio Communication Breakdowns And A Detailed Procedure For Alternative Communications In The Event Of Electronic And Mechanical Breakdown Of Vehicle Two-way Radios.
contengency Plan: (in Case Vetride Vendor Portal Is Down) A Description Of The Method/system Used To Log All Requests For Service. The Contractor Shall Confirm That The Log Indicates The Date And Time Of Service Call, Actual Time Of Pick-up Versus The Scheduled Time, Name Of Patient Requiring Services, Designated Pick-up And Delivery Points, Mileage, And Actual Waiting Time At Pick-up And Delivery Points If Waiting Charges Are Claimed. The Contractor Shall Confirm The Log Will Be Sent To The Cor Monthly.
the Government Will Evaluate The Contractor S Performance Under This Contract To Ensure That The
contractor S Qcp Is Adequate, And That Quality Is Achieved Through A Quality Assurance Surveillance Plan (qasp).
the Government Shall Prepare A Qasp After Contract Award Derived From The Pws And Contractor S Submitted Quality Control Plan. The Qasp Is A Living Document And The Government May Review And Revise It At Any Time. However, The Government Shall Coordinate Changes To The Qasp With The Contractor.
the Qasp Will Specify The Work Requiring Surveillance And The Government S Method Of Surveillance.
Minimum Performance Standards
the Contractor Shall Maintain Performance Standards In Accordance With The Standards Outlined In The Table Below. Failure To Meet The Acceptable Quality Levels (aql) May Result In Termination Of The Contract.
the Qasp Will Include The Standards Below As Well As Others Derived From The Successful Offeror S Quality Control Plan.
task
pws
reference
standard
acceptable Quality Level
method Of Surveillance
provide On- Time Ambulance
services
section 4.5.1.8.3
scheduled Patient Pick-ups Shall Not Deviate More Than 15 Minutes Past Scheduled Pick-up Time For Scheduled
orders
97%
customer Feedback
incident Reporting
section 4.8
the Contractor Shall Notify The Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Program Manager, Benefits Management, By The Close Of Business Of The Next Working Day.
97%
customer Feedback
invoice Reports
section 4.9
provide A Monthly Invoice Including Secondary Documentation In Accordance With Section 4.10 Of The Pws
95%
100% Inspection
of Monthly Invoices/reports
covid-19 Or Other Similar Infectious Diseases
contractor Shall Not Refuse Transports Of Covid-19 Positive Or Other Similarly Infected Patients.
Contractor Shall Abide By All Additional Procedures And Precautions That May Be Implemented By The Va Based On Va-issued Guidance And/or Cdc Recommendations. These Procedures Are Subject To Change Throughout The Life Of The Contract And Will Be Incorporated Via Attachment (see S03 Vts Patient Transport Ppe And Vehicle Cleaning/disinfection Sop).
contractor Shall Have Written Policy Of Steps They Will Take To Prevent The Spread Of Covid-19 Or Other Similarly Infectious Diseases By Their Employees And/or Vehicles. This Policy Shall, At A Minimum, Include Procedures Of Screening Drivers Before Each Shift, Deliberate Decontamination Of Their Vehicles And All Other Preventative Precautions Taken By Contractor Employees.
contractor Shall Furnish All Required Ppe Throughout The Life Of The Contract.
conformity To Regulations
8.1 The Contractor And His/her Operators Shall Conform To All Federal, State, And Local Regulations Governing The Performance Of Contracted Services.
8.2 Vamc Facilities Have Been Designated No Smoking Areas In Their Entirety. Individuals Found In Violation Of This No Smoking Policy May Be Subject To A $50.00 Federal Citation For Disregarding Posted Safety Rules And Regulations. Furthermore, The Contractor May Be Directed To Stop Work. The Contractor Is To Notify All Of His/her Employees And/or Sub-contractors Of This Strict Enforcement Policy.
wage Rates
9.1. Wage Determination(s) As Listed In Section D In This Solicitation Are Applicable To Any Resulting Contract.
9.2. The Contractor Certifies By Signature On This Offer That The Salaries To Be Paid Workers Involved In The Performance Of The Contract Is Equal To Or Greater Than Those Specified In The Attached Wage Determination(s).
9.3 The Department Of Labor Has Held That Contractors Must Pay Their Employees The Service Contract Act Waged While They Are Driving Both To And From Destinations For The Va. The Wage Determination Is Attached In Section D.
evidence Of Coverage
10.1 Before Commencing Work Under The Contract, The Contractor Shall Furnish The Contracting Officer With A Certification From His/her Insurance Company Indication That The Coverage Outlined In This Contract Has Been Obtained And That It May Not Be Changed Of Canceled During The Term Of The Contract.
worker S Compensation
11.1 The Act Of June 25, 1936, 42 Stat. 1938 (40 Usc 290), Authorized The Constituted Authority Of The Several States To Apply Their Workmen S Compensation Laws To All Lands And Premises Owned Or Held By The United States. The Contractor Agrees To Procure And Maintain While The Contract Is In Effect, Worker S Compensation And Employers Public Liability Insurance. The Policy Shall Provide Coverage For Public Liability Limits Of Not Less Than The Statutory
limitations For Any One Accident, And At Least Meet The Statutory Limitations If More Than One Person Is Involved. , Upon Award Of The Contract, The Contractor Shall Furnish To The Contracting Officer A Certificate From Its Insurance Company Indicating That This Coverage Has Been Obtained And That Such Coverage May Not Be Changed Or Canceled Unless 30 Day Advance Written Notice Is Provided To The Contracting Officer.
contractor Personnel Security Requirements
12.1 All Contractor Employees Who Require Access To The Department Of Veterans Affair's Computer Systems Or Who Come Into Contact With Veteran/beneficiaries Shall Be The Subject Of A Background Investigation And Must Receive A Favorable Adjudication From The Va Office Of Security And Law Enforcement Prior To Contract Performance. This Requirement Is Applicable To All Subcontractor Personnel Requiring The Same Access. If The Investigation Is Not Completed Prior To The Start Date Of The Contract, The Contractor Will Be Responsible For The Actions Of Those Individuals They Provide To Perform Work For The Va.
position Sensitivity - The Position Sensitivity For This Contract Has Been Designated As Low Risk.
background Investigation - The Level Of Background Investigation Commensurate With The Required Level Of Access For This Contract Is National Agency Check With Written Inquiries.
contractor Responsibilities:
The Contractor Shall Pre-screen All Personnel Requiring Va Access To Ensure They Maintain A U.s. Citizenship And Are Able To Read, Write, Speak, And Understand The English Language.
The Contractor Shall Submit Or Have Their Employees Submit The Following Required Forms Requested By Department Of Veterans Affairs, Office Of Security And Law Enforcement, Security, And Investigations Center, 2200 Fort Roots Drive Bldg. 104, North Little Rock, Ar 72114 Within 30 Days Of Receipt:
All Documents Completed And Submitted At The Following Website: Http://www.va.gov/securityinvestigationscenter/
The Contractor, When Notified Of An Unfavorable Determination By The Government, Shall Withdraw The Employee From Consideration From Working Under The Contract. Failure To Comply With The Contractor Personnel Security Requirements May Result In Termination Of The Contract Or Cause.
the Contractor Shall Agree That All Deliverables, Associated Working Papers, And Other Material Deemed Relevant By The Contractor In The Performance Of This Task Order Are The Property Of The United States Government. The Contractor Shall Agree That All Individually Identifiable Health Information Shall Be Treated With The Strictest Confidentiality. Access To Records Shall Be Limited To Essential Personnel Only. Records Shall Be Secured When Not In Use. At The Conclusion Of The Contract, All Copies Of Individually Identifiable Health Records Shall Be Destroyed Or Returned To The Va. Any Individually Identifiable Health Records Shall Be Deleted From Computers Not Belonging To The Va. The Contractor Shall Comply With The Privacy Act, 38 U.s.c. 5701, 38 U.s.c. 7332, And 5 U.s.c. 552(a) Et. Seq. Contractor Staff Shall Sign Confidentiality Statements Before The Start Date Of The Contract. The Contractor Shall Comply With All Provisions Of The Health Information Portability And Accountability Act (hipaa), Including But Not Limited To Privacy, Security Of Electronic Health Data, And Adherence To Standards And Code Sets As Required By Hipaa. The Contractor Shall Ensure The Confidentiality Of All Patient And Employee Information And Shall Be Held Liable In The Event Of Breach Of Confidentiality. Any Person, Who Knowingly Or Willingly Discloses Confidential Information Obtained From The Va With Non-essential Persons, May Be Subject To Fines.
12.1.1 Hipaa Compliance. Hipaa Compliance Is Required. The Contractor Must Adhere To The Provisions Of Public Law 104-191, Health Insurance Portability And Accountability Act (hipaa) Of 1996 And The National Standards To Protect The Privacy And Security Of Protected Health Information (phi). As Required By Hipaa, The Department Of Health, And Human Services (hhs) Has Promulgated Rules Governing The Security And Use And Disclosure Of Protected Health Information By Covered Entities, Including The Department Of Veterans Affairs (va). In Accordance With Hipaa, The Contractor May Be Required To Enter Into A Business Associate Agreement (baa) With Va.
12.1.2 Blood Borne Pathogens: The Contractor And The Employees Provided, Pursuant To This Contract, Shall Comply With The Effective Vamc Policy (and Occupational Health Requirements In Accordance With Osha Blood Borne Pathogens (bbp) Law And The Osha Tuberculosis Compliance Directive, Enforceable Under Osha S General Duty Clause) Governing Health Care Workers Infected With A Blood Borne Pathogen. If The Contractor Obtains Information That A Health Care Worker Providing Care Pursuant To This Agreement May Be Infected With A Blood Borne Pathogen, The Contractor Will Advise The Contracting Officer Immediately.
medical Liabilities Insurance
13.1 The Contractor Shall Carry Required Insurance (see Vaar Clause 852.237-7 Indemnification And Medical Liability Insurance) And Vehicle Insurance In Accordance With The Of California Department Of State Health Services.
annual Vha Training
14.1 In Accordance With Vha Directive 2003-028 "compliance And Business Integrity Program", Its Updates Or Replacement Directives, Ig Guidance At 8994, Section Ii(c); Guidance At 4875, Section Iii (b)(4) Sentencing Guidelines, Section 8b2.1 (b) (4) (b) Annual Compliance Training Is To Be Provided To All Contractors Within The Scope Of Their Work. The Medical Center Cotr S Are To Coordinate The Annual Training With Their Respective Contracting Officer And Compliance And Business Integrity Officers. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Compliance And Business Integrity Officers For Their Files.
in Accordance With Vha Directive 1605.1 Privacy And Release Of Information , Updates Or Replacement Directives Annual Vha Privacy Policy Training Is To Be Provide To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Privacy Officer For Their Files.
in Accordance With Va Directive 6500, Information Security Program , Updates Or Replacement Directives Annual Vha Cyber And Security Information Training Is To Be Provided To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Information Security Officer For Their Files.
conformance With Environmental Management Systems
15.1 The Contractor Shall Perform Work Under This Contract Consistent With The Relevant Policy And Objectives Identified In The Agency, Organizational, Or Facility Environmental Management System (ems) Applicable For Your Contract. The Contractor Shall Perform Work In A Manner That Conforms To All Appropriate Environmental Management Programs And Operational Controls Identified By The Agency, Organizational, Or Facility Ems, And Provide Monitoring And Measurement Information As Necessary For The Organization To Address Environmental Performance Relative To The Environmental, Energy, And Transportation Management Goals. In The Event An Environmental Nonconformance Or Noncompliance Associated With The Contracted Services Is Identified, The Contractor Shall Take Corrective And/or Preventative Actions. In The Case Of A Noncompliance, The Contractor Shall Respond And Take Corrective Action Immediately. In The Case Of A Nonconformance, The Contractor Shall Respond And Take Corrective Action Based On The Time Schedule Established By The Ems Site Coordinator. In Addition, The Contractor Shall Ensure That Their Employees Are Aware Of The Roles And Responsibilities Identified By The Environmental Management System And How These Requirements Affect Their Work Performed Under This Contract.
all On-site Contractor Personnel Shall Complete Yearly Epa Sponsored Environmental Training Specified For The Type Of Work Conducted On-site. Upon Contract Award, The Contracting Officer's Representative Will Notify The Facility-level Environmental Management Systems Coordinator To Arrange Ems Training For Appropriate Staff.
contractor Performance Assessment Rating System (cpars)
required Registration With Contractor Performance Assessment Rating System (cpars)
16.1 As Prescribed In Federal Acquisition Regulation (far) Part 42.15, The Department Of Veterans Affairs (va) Evaluates Contractor Past Performance On All Contracts That Exceed $1,000,000 And Shares Those Evaluations With Other Federal Government Contract Specialists And Procurement Officials. The Far Requires That The Contractor Be Provided An Opportunity To Comment On Past Performance Evaluations Prior To Each Report Closing. To Fulfill This Requirement Va Uses An Online Database. The Cpars Database Information Is Shared With The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies.
16.2 Ach Contractor Whose Contract Award Is Estimated To Exceed $1,000,000 Is Required To Register With The Contractor Performance Assessment Rating System (cpars) Database At The Following Https://www.cpars.gov/
or By Calling (207) 438-1690. Registration Should Occur No Later Than Thirty Days After Contract Award And Must Be Kept Current Should There Be Any Change To The Contractor S Registered Representative.
16.3 For Contracts With A Period Of One Year Or Less, The Contracting Officer Will Perform A Single Evaluation When The Contract Is Complete. For Contracts Exceeding One Year, The Contracting Officer Will Evaluate The Contractor S Performance Annually. Interim Reports Will Be Filed Each Year Until The Last Year Of The Contract When The Final Report Will Be Completed. The Report Shall Be Assigned In Cpars To The Contractor S Designated Representative For Comment. The Contractor Representative Will Have Thirty Days To Submit Any Comments And Re-assign The Report To The Va Contracting Officer.
16.4 Failure To Have A Current Registration In The Cpars Database, Or To Re-assign The Report To The Va Contracting Officer Within Those Thirty Days, Will Result In The Government S Evaluation Being Placed On File In The Database With A Statement That The Contractor Failed To Respond.
surveillance Checklist
va Greater Los Angeles Healthcare System
contract: Ground Ambulance
date/time Of Inspection:
government Poc Primary:
government Poc Alternate:
organization:
va Greater Los Angeles Healthcare System
location: 11301 Wilshire Blvd, Los Angeles, Ca 90073
ss
performance Objective
pws Para
performance Threshold
method Of Surveillance
met
not Met
remarks
ss 1
the Contractor Shall Provide Ambulance Service, 24 Hours Per Day, 365 Days Per Year, As Required In Accordance With The Terms And Conditions Contained Herein.
1
95% Compliance
100% Surveillance Of Each Patient Pick-up.
ss 2
the Objective Of Standards For Maintenance Is To Protect Veterans And To Cause No Harm To All Parties. The Contractor Shall Maintain All Vehicles In A Clean And Orderly Condition, Free From Debris And Accumulations Which May Create An Accident, Injury, Or Fire Hazard.
4.4.3
95% Compliance
100%
surveillance
ss3
the Contractor Shall Maintain (and Furnish Upon Request) Procedures That Outline Preventive Maintenance And/or Repairs On Each Vehicle In An Individual Vehicle File And In Chronological Order, Latest Service On Top. A Statement From The Contractor Indication Compliance Of Vehicle Maintenance Files Is In Place Should Be Submitted At Time Of Offer For Evaluation Purposes. Requested Submission And Verification Of These Documentation Requirements Will Be A Quality Assurance Procedure During The Contract Period.
4.4.3
95% Compliance
100%
surveillance
ss4
the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract.
4.3.1
100% Compliance
100%
surveillance
ss5
have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974).
4.3.1
100% Compliance
100%
surveillance
ss6
a Licensed Mto Shall Ensure That Sanitation Procedures Are Provided To All Personnel In A Written Document That Conforms With Current Standards As Set Forth In Occupational Safety And Health Administration-blood Borne Pathogens Protocol.
attachment B
100% Compliance
100%
surveillance
Important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service-disabled Veteran Owned Small Business Set Aside. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 621910, Ambulance Services ($22.5 Million).
notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) At Www.sam.gov And Complete Online Representations And Certifications Application (orca). Additionally, All Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Department Of Veterans Affairs Center For Veterans Enterprise Vetbiz Registry Located At Http://vip.vetbiz.gov. All Interested Offerors Must Submit Information By E-mail To Ositadima.ndubizu@va.gov. All Information Submissions Should Be Received No Later Than 2:00 Pm Pacific Time On February 26, 2025. After Review Of The Responses To This Announcement, The Government Intends To Proceed With The Acquisition And A Subsequent Solicitation Will Be Published.
Closing Date26 Feb 2025
Tender AmountRefer Documents
Department Of Energy Tender
Chemical Products
United States
Details: Request For Proposal (rfp)
#364131-rk
fabrication Of Thermal Straps
april 15, 2025
table Contents
1. Invitation To Submit Proposal. 2
2. North American Industry Classification System (naics) Code And Small Business Subcontracting Plan.. 2
3. Explanation Or Interpretation Of Rfp Documents / Question Period.. 2
4. Contact With Ffdg Personnel/blackout Period.. 2
5. Amendment Of Solicitation.. 3
6. Proposal Due Date. 3
7. Late Submission.. 3
8. Exceptions And Deviations. 3
9. Offeror’s Modification And Withdrawal Of Proposals. 3
10. Order Of Precedence. 3
11. Subcontract Award.. 4
12. Preparation, Submission, And Evaluation Of Proposals. 4
a. Part I – Technical Proposal/evaluation Criteria.. 5
b. Part Ii – Business Management & Price Proposal. 6
1.1. Duties/tariffs 7
1.2. Milestone Payments 7
14. Delivery Terms. 8
15. Restriction On Disclosure And Use Of Data.. 8
16. Exhibits. 8
request For Proposal Form.. 0
the Following Requirements Must Be Adhered To For The Offeror’s Submission Of Proposals To Fermi Forward Discovery Group, Llc (ffdg) In Support Of This Specific Requirement.
invitation To Submit Proposal
you Are Invited To Submit A Proposal For The Items Specified In This Request For Proposal (rfp), By The Provisions Contained Herein, And The Terms And Conditions Of The Proposed Firm-fixed Price Subcontract Entered Into As A Result Of This Solicitation.
north American Industry Classification System (naics) Code And Small Business Subcontracting Plan
this Acquisition Is Unrestrictive And Contains No Set-aside Provisions. The North American Industry Classification System (naics) Code For This Solicitation Is 334419 - Other Electronic Component Manufacturing. The Small Business Size Standard For This Naics Code Is 750 Employees.
a Small Business Subcontracting Plan Will Be Required Should The Awardee Not Meet The Definition Of A Small Business As Described In The Paragraph Above. The Subcontracting Plan Shall Follow The Federal Acquisition Clause, 52.219-9, Small Business Subcontracting Plan (see Exhibit D). This Plan Must Be Submitted By The Successful Offeror Before Award Of The Subcontract.
explanation Or Interpretation Of Rfp Documents / Question Period
the Prospective Offeror Should Examine And Review The Solicitation With Care. Any Prospective Offeror Who Has Questions Or Desires An Explanation Or Interpretation Of The Solicitation, Drawings, Specifications, Etc., Must Request It In Writing By Close Of Business (4:00 P.m. Cst), May 05, 2025, And Submitted To The Procurement Specialist At The Email Address Identified On The Request For Proposal Form And Below. Oral Explanations Or Instructions Given Before The Award Of A Subcontract Will Not Be Binding. Any Information Given To A Prospective Offeror Concerning A Solicitation Will Be Furnished Promptly To All Other Prospective Offerors As An Amendment To The Solicitation If That Information Is Necessary For Submitting Proposals Or If The Lack Of The Information Would Be Prejudicial To Other Prospective Offerors.
any And All Changes To These Specifications Are Valid Only If They Are Included By A Written Addendum And Shall Become A Part Of The Subcontract.
all Questions Concerning This Rfp Should Be Submitted In Email Form And Directed To The Procurement Specialist Identified Below.
procurement Specialist: Richard Konan
phone: (630) 840 2835
email: Rkonan@fnal.gov
fermi Forward Discovery Group, Llc
procurement Department
kirk Road & Wilson Street
batavia, Il 60510-0500
contact With Ffdg Personnel/blackout Period
all Offerors Are Prohibited From Making Any Contact (including Sales Calls) With Officials Or Employees Of Ffdg (collectively “ffdg Personnel”) With Regard To The Request For Proposals, Other Than In The Manner And To The Persons Designated Herein, Until After An Award Has Been Made. The Chief Procurement Officer Or Their Designee Reserves The Right To Disqualify Any Offeror Found To Have Contacted Ffdg Personnel In Any Manner Regarding The Proposal Request.
amendment Of Solicitation
ffdg May, By Addenda/amendment, Modify Any Provision Or Part Of This Rfp At Any Time Before The Award Of Any Resultant Subcontract. All Terms And Conditions That Are Not Modified Remain Unchanged.
an Offeror Shall Acknowledge Receipt Of Any Addenda/amendments To This Rfp. Failure To Acknowledge May Result In The Disqualification Of An Offeror’s Proposal With No Further Consideration For An Award. The Acknowledgment Shall Be Provided In One Of The Following Ways:
immediately Upon Receipt Of The Amendment Via An Email Sent To The Ffdg Procurement Specialist.
return Of The Amendment With A Signature On The Acknowledgment Signature Line; Or
in The Offeror’s Proposal.
proposal Due Date
the Offeror’s Proposal Shall Be Emailed To The Procurement Specialist No Later Than The Close Of Business (4:00 P.m. Cst), May 19, 2025. Partial Or Incomplete Proposals [including Required Documents (e.g. Project Timeline, Examples Of Prior Work, References, Submission Of The Request For Proposal Form)] May Be Considered Non-responsive And Will Not Be Considered For An Award.
late Submission
proposals Received By Ffdg After The Submittal Date And Time Indicated Will Not Be Considered. The Respondent Assumes The Risk Of The Method Of Dispatch Chosen.
exceptions And Deviations
any Exceptions To The General Terms And Conditions Identified Herein Must Be Documented On A Separate Sheet On The Offeror’s Letterhead. Ffdg Is Not Required To Accept Any Exceptions Or Deviations.
any Exceptions Or Additional Terms Noted On A Quote Form Will Not Be Considered And Are Hereby Expressly Rejected. Likewise, Any References—whether Through Language Or Hyperlink—to Additional Terms And Conditions Are Not Accepted And Are Similarly Rejected.
offerors Taking Exceptions, Deviations, Or Conditional Assumptions To The Specifications Provided Herein Must Clearly Identify And Explain Each Exception/deviation, Or Conditional Assumption Taken With Sufficient Amplification And Justification To Permit Evaluations. Such Exceptions, Deviations, Or Conditional Assumptions Will Not Themselves Automatically Cause A Proposal To Be Deemed Unacceptable To Ffdg. However, A Large Number Of Exceptions Or One Or More Significant Exceptions Not Providing Benefit To Ffdg May Result In The Rejection Of The Offeror’s Proposal As Unacceptable.
exceptions, Deviations, Or Conditional Assumptions Must Be Identified On Company Letterhead With Your Proposal Submission. Exceptions To Ffdg’s Terms And Conditions Must Be Clearly And Completely Indicated On A Company Letterhead.
note To Offerors: Please Be Advised That Any Exceptions To The Specifications Or To Ffdg’s Terms And Conditions May Cause Your Proposal To Be Disqualified.
offeror’s Modification And Withdrawal Of Proposals
the Offeror May Submit Modifications To Its Proposal At Any Time Before The Solicitation Closing Date And Time And May Submit Modifications In Response To An Amendment Or To Correct A Mistake At Any Time Before Award.
proposals May Be Withdrawn At Any Time Before The Submission Deadline. Withdrawals Are Effective Upon Receipt Of Notice By The Procurement Specialist.
order Of Precedence
where There Appear To Be Variances Or Conflicts, The Following Order Of Precedence Shall Prevail: Ffdg’s Drawings (if Applicable), Ffdg’s Statement/scope Of Work, The Rfp General Terms And Conditions, And The Offeror’s Response.
subcontract Award
issuance Of The Rfp Does Not Compel Ffdg To Make An Award. Ffdg Reserves The Right To Accept Or Reject All Proposals If That Is Determined To Be In Its Best Interest. A Decision May Be Made Without Discussion; Hence, An Offeror’s Proposal Should Be Submitted Initially On The Most Favorable Terms. The Proposed Award Is Based On A Continuing Program Requirement And The Issuance Of Obligation Authority From The Procurement Department Of The Fermi National Accelerator Laboratory (fnal). Any Subsequent Award Issued By Ffdg Shall Be Constituted In Writing By Authorized Representatives Of The Procurement Department Of The Fnal.
no Other Representatives Of Ffdg Are Authorized To Issue Contracts Or Agreements Or Bind Ffdg To Any Form Of Agreement Or Understanding. The Authorized Procurement Department Official Of The Fnal Is The Only Individual Who Can Legally Commit Ffdg To The Expenditure Of Funds In Connection With This Proposed Procurement.
preparation, Submission, And Evaluation Of Proposals
this Is A Best-value Trade-off Source Selection. This Process Permits Tradeoffs Between Cost Or Price And Non-cost Factors. As A Result, Ffdg Will Accept An Offer Based On The Totality Of The Proposal, Not Simply Based On The Lowest-priced Proposal. All Evaluation Factors Other Than Cost Or Price, When Combined, Are Significantly More Important Than Cost Or Price. An Award Shall Be Made To The Offeror Who Is Deemed Most Responsive And Responsible By Ffdg, Whose Proposal Conforms To The Solicitation’s Requirements And Is Judged To Represent The Best Value To Ffdg. Ffdg Intends To Award Without Discussions. Ffdg Shall Be The Sole Determiner Of What Is Of The Best Value To Ffdg.
ffdg Reserves The Right To Cancel This Solicitation At Any Time Without Incurring Any Liability Or Damages Associated With Such Cancellation.
under No Circumstances Shall Ffdg Be Responsible For Any Proposal Preparation Expenses, Submission Costs, Or Any Other Expenses, Costs, Or Damages, Of Whatever Nature, Incurred As A Result Of An Offeror’s Participation In This Rfp Process. The Offeror Understands And Agrees That It Submits Its Proposal At Its Own Risk And Expense And Releases Ffdg From Any Claim For Damages Or Other Liability Arising Out Of The Rfp And Award Process.
ffdg Shall Not Be Liable For Any Errors In The Offeror’s Proposal Submission. Except During Negotiations Initiated By Ffdg, No Modifications To The Proposal Shall Be Accepted From The Offeror After The Submittal Date. The Offeror Is Responsible For A Careful Review Of Their Entire Proposal To Ensure That All Information, Including Pricing, Is Correct And Complete. Offerors Are Liable For All Errors Or Omissions Contained In Their Proposals.
ffdg Reserves The Right To Award A Subcontract Only To Responsive And Responsible Proposers. Responsive Offers Are Defined As A Proposal That Meets All Of The Minimum Requirements (e.g. Submits All Required Documents, Meets Minimum Years Requirement, Etc.). Responsible Proposers Are Defined As Companies That Demonstrate The Financial Ability, Resources, Skills, Capability, Willingness, And Business Integrity Necessary To Perform On The Subcontract. Ffdg Shall Be The Sole Determiner Of Whether An Offer Or Offeror Is Considered Responsive And/or Responsible.
the Proposal Shall Be Submitted In Two (2) Parts: Part I - Technical Proposal And Part Ii – Business/management Proposal. Under No Circumstances Shall Part I And Part Ii Be Bound Together Or Presented In Such Manner As To Make Them Not Severable. The Technical Proposal Shall Not Contain Any Reference To Cost Other Than What Is Referenced In Current/past Projects.
any Information Of A Proprietary Nature Shall Be Clearly Marked And Identified In The Offeror’s Submission.
offerors Shall Explain, Provide Support, And Address Each Of The Evaluation Criteria Below, Which Will Assist Ffdg In The Source Selection Process. All Information Shall Be Provided In A Clear And Organized Manner. Additionally, Offerors May State Any Recommendations Or Areas Of Concern Related To The Scope Of Work Requirements In Their Proposals.
part I – Technical Proposal/evaluation Criteria
offerors Shall Provide Information For The Following Technical Criteria To Enable Ffdg To Evaluate Technical Capability:
technical Merit & Quality
in Order To Demonstrate Their Ability To Deliver Thermal Straps With Performance That Meets Or Exceeds Technical Specifications; The Offeror Is To Submit Detailed Documentation That Affirms Their Competence In The Field Of Thermal Straps Fabrication. The Objective Is To Obtain A Clear And Detailed Understanding Of The Offeror's Operational Capabilities, Quality Assurance Practices, And Commitment To Delivering Superior Products.
the Documentation Shall Include:
quality Assurance Certifications: Iso 9001:2015 And Asme “boiler And Pressure Vessel Code” (bpvc) Or Ped 2014/68/eu Or En Iso 3834 Part 2
welder Performance Qualifications (wpq) And Examples Of Welding Procedure Specifications (wps) On Srf Cavities
description Of Cleanroom Facilities Including Class, Dimensions, Layout And Their Current Certification (iso 14644-1)
description Of Facilities, Machinery And Tooling That Will Be Utilized To Manufacture And Process Bare And Jacketed Cavities.
the Facilities Description And Capabilities Should Include Information On The Size And Layout Of The Manufacturing Plants, Showcasing The Organizational Structure Of The Plant And Workflow. Details On The Machinery And Equipment Utilized In The Production Process, With An Emphasis On Their Modernity, Efficiency, And Capacity, Should Be Clearly Outlined. Photographs, Schematics, Or Any Other Visual Aids That Support Their Ability To Fulfill The Subcontract Are Encouraged.
moreover, The Offeror Should Elaborate On Any Advanced Technologies, Automation, Or State-of-the-art Systems Incorporated Within Their Facilities To Enhance The Precision, Reliability, And Efficiency Of The Manufacturing And Quality Assurance Processes For Thermal Straps.
delivery Requirements
documentation Provided To Support That The Offeror Will Deliver Within The Timeframe Specified. To Substantiate The Offeror's Commitment To Timely Delivery, A Thorough Documentation Package Is Required. This Documentation Should Include A Detailed Project Schedule (gantt Chart) Outlining Key Milestones, Production Timelines, And Delivery Milestones Aligned With The Specified Timeframe As Specified In Pip-ii. In Addition, The Offeror Is Requested To Furnish Comprehensive Documentation Clarifying Their Project Management Capabilities, Specifically Regarding The Punctual Delivery Of Goods Outlined In This Contract. This Documentation Should Encompass An Overview Of The Current Workload, Detailing Project Scale, Scope, And Anticipated Completion Timelines. The Offeror Must Articulate Their Strategy For Resource Allocation Among Various Projects, Emphasizing Measures To Ensure The Project In Question, Receives Requisite Attention And Resources. Clear Criteria For Project Prioritization And Effective Risk Mitigation Strategies Should Be Outlined, Accompanied By Historical Performance Metrics Showcasing On-time Delivery Records For Comparable Projects.
management Control Plan
demonstrated Ability To Ensure That Each Item Offered For Acceptance Or Approval Conforms To The Technical Requirements. The Offeror Should Provide A Detailed Quality Management Plan Outlining Systematic Procedures For Inspecting, Testing, And Validating Each Item Against The Specified Technical Requirements. This Plan Should Encompass Key Checkpoints In The Production Process, Ensuring That All Aspects Of The Manufacturing, Assembly, And Finishing Stages Adhere To The Outlined Specifications. Moreover, The Offeror Is Encouraged To Showcase Any Industry Certifications, Quality Control Standards, Or Relevant Accreditations That Validate Their Commitment To Delivering Products That Consistently Meet Or Exceed Technical Expectations. Evidence Of Past Successful Compliance With Technical Requirements, Along With Any Corrective Actions Taken In The Event Of Non-conformities, Will Further Strengthen The Offeror's Demonstration Of Technical Capabilities. Additionally, The Offeror Shall Provide The Procedures Required To Complete The Activities Related To The Processing Of The Bare And Jacketed Cavities And Examples Of The Travelers That Are Planned To Be Used As Part Of This Subcontract.
for Example:
cleanroom Cleaning Procedures Of All Components (including Cavity, Flanges, And All Hardware And Items That Will Be Assembled On The Cavity) Prior To Final Cavity Assembly. This Shall Include A Cleanroom Certificate Of Compliance With Iso Standard.
rotational Buffered Chemical Processing (bulk And Light Bcp) As Described In The Processing Specification)
high Pressure Rinse (hpr) Of The Rf Volume
radio Frequency (rf) Measurements
high And Low Temperature Heat Treatments (htht And Ltht)
inelastic Tuning Of Bare And Jacketed Cavity
assembly Steps Of The Jacketed Cavity In The Cleanroom Including Pump Down And A Leak Check
overall Quality Control Plan Including Fabrication, Processing, And Quality Control Activities.
past Experience
provide Information That Demonstrates The Offeror’s Previous Experience With Projects Of A Similar Size, Scope, And Complexity That Demonstrates The Offeror’s Capability To Successfully Perform The Requirements Of This Project. Provide At Least Two (2) Projects Completed Within The Past Five (5) Years That Are Of Similar Type, Size, Scope, And Complexity As Described In The Solicitation Documents. The Information Shall Include The Following:
customer Name;
project Name And Location;
project Description;
total Contract Amount;
contracted Project Schedule Duration; And
project Start And Completion Date. If A Current Project, Please Provide The Percent (%) Complete And The Projected Completion Date.
examples Of Documentation
part Ii – Business Management & Price Proposal
the Business Management And Price Proposal Submitted Shall Include, At A Minimum, The Following Documentation:
price Proposal
the Proposed Pricing Of Each Heat Exchanger Shall Be Specified On The Request For Proposal Form Provided Herein. The Offeror Must Submit Their Pricing Using The Form Provided Herein.
if A Subcontract Is Awarded To The Offeror, Payment Shall Be Issued Upon Delivery, Inspection, Testing (if Applicable) And Acceptance Of Each Heat Exchanger As Defined On The Request For Proposal Form, Pursuant To The General Terms And Conditions, And The Statement Of Work As Identified Herein.
the Proposed Pricing Shall Be A Firm-fixed Price For The Work As Identified Herein, And The Price Proposal Shall Be Valid For 90 Days From The Final Proposal Due Date. An Offeror Allowing Less Than The Minimum Acceptance Period As Identified Herein May Be Rejected Without Further Consideration For An Award.
all Pricing Must Be Submitted In Usd, And No Allowances Shall Be Made For Currency Conversion During The Term Of The Subcontract.
economic Price Escalation Language Will Not Be Accepted Or Considered.
ffdg May Consider A Proposal Nonresponsive If The Prices Proposed Are Materially Unbalanced. A Proposal Is Considered Materially Unbalanced When The Price Of One Or More Line Items In A Submission Is Significantly Overstated Or Understated, Even Though The Total Price May Be Acceptable When Reviewing Using Cost Or Price Analysis Techniques. This Would Include A Reasonable Doubt That The Proposal Will Result In The Lowest Overall Cost To Ffdg, Even Though It May Be The Lowest Evaluated Proposal, Or If It Is So Unbalanced As To Be Tantamount To Allowing An Advance Payment.
when Applicable, Ffdg Will Reimburse The Subcontractor For Actual Costs (e.g., Freight, Pre-pay And Add) Incurred. No Allowance Shall Be Made For Overhead And Profit; Any Invoice Containing Overhead, Profit, Surcharges, Handling Costs, Etc., Will Be Rejected.
duties/tariffs
ffdg Recognizes That International Shipments May Be Subject To Additional Charges Related To Duties And Tariffs. Accordingly, Offerors Are Requested To Itemize These Potential Costs Separately From The Pricing For The Scope Of Work Outlined In This Rfp.
the Resulting Subcontract Will Include The Understanding That Ffdg Will Reimburse The Subcontractor For Applicable Duties And Tariffs In Effect At The Time Of Shipment. However, If Such Duties Or Tariffs Have Been Lifted Or Are No Longer Applicable At The Time Of Shipment, Ffdg Will Not Be Responsible For Reimbursing These Charges.
offerors Should Include A Separate Line Item For Any Such Costs On The Proposal Form Included In This Rfp.
please Note: Failure To Use The Form Provided Herein For The Submission Of Pricing May Result In The Rejection Of Your Offer, With No Further Consideration For An Award.
milestone Payments
ffdg May, At Its Discretion, Consider Milestone Payments As Part Of The Award Determination Process. If An Offeror Proposes Milestone Payments, All Associated Terms And Detailed Justifications Must Be Included In The Pricing Proposal Submission. These Will Be Reviewed And Scored As Part Of The Overall Evaluation.
ffdg Reserves The Right To Accept Or Decline Milestone Payments Based On What Is Determined To Be In The Best Interest Of Fnal.
subcontractor Annual Representations & Certifications (sarc), Form Sarc
the Sarc Certification Submitted By The Successful Offeror Will Be Incorporated Into The Subsequent Subcontract. If An Offering Entity Is A Joint Venture, Association, Consortia, Or Partnership, Each Member Entity Must Submit An Individual Representations And Certifications Form.
proposal Certifications, Form Pur-466
the Pur-466 Certification Submitted By The Successful Offeror Will Be Incorporated Into The Subsequent Subcontract. All Sections Are Required To Be Completed And Must Be Signed By A Company Official.
description Of Work
the Selected Subcontractor Shall Provide All Labor, Materials, Tools, Equipment, And Supervision Required To Complete All Work To Fabricate The Thermal Straps As Defined As Follows Below And In Table 1:
thermal Strap Materials And Specifications
1. Thermal Strap Material (ropes And End Fitting Blocks) Will Be Made Entirely From Certified
oxygen Free High Conductivity (ofhc) High Purity Copper (99.99%). The Certificates For
raw Copper Materials Will Be Mailed To Fermilab.
2. The Strap Geometry, Rope Configuration And Tolerances Are Specified By Production
drawings.
3. Each Finished Strap Shall Be Permanently Etched As Specified In The Procurement
specification.
4. Each Thermal Strap Will Be Bagged.
5. The Copper Ropes And End Fitting Blocks May Not Contain Any Chemical Or Metal Antioxidant Treatment.
6. The Completed Straps Will Be Cleaned In Ultrasonic Bath, Dried And Packed Into The Plastic
bag With Attached Label (serial Number And Production Date).
the Awarded Offeror Shall Deliver The Fabricated Thermal Straps In The Quantities Specified And In Compliance With All Fabrication Requirements In The Specification And Drawings Documents Identified Herein. The Thermal Straps Will Be Fabricated In Accordance With The Required Quality Control Plan And Subject To The Specified Acceptance Criteria.
14. Delivery Terms
delivery Terms Shall Be Fob Destination Fermilab Dock Batavia, Il 60510 For Domestic Offerors, Which Shall Include Shipping/freight Costs Within Their Firm-fixed-price Proposal Submission.
delivery Terms Shall Be Dap Fermilab Dock Batavia, Il 60510 Per Incoterms 2020 For Non-domestic Vendors. Non-domestic Offerors Will Be Provided With Ffdg’s Customs Clearance Broker Information Upon Subcontract Award.
as Tariff And Duty Costs Continue To Fluctuate, Ffdg Requires All Non-domestic Offerors To Include Their Proposed Tariff Costs In The Request For Proposal Form. Please Note: Ffdg Will Only Reimburse Actual Tariff/duties Expenses That Are In Effect At The Time Of Shipment.
the Offeror Must Include Their Shipping/freight Costs On The Price Submission Sheet Within Their Proposal.
restriction On Disclosure And Use Of Data
offerors Or Quoters Who Include In Their Proposals Or Quotations Data That They Do Not Want To Be Disclosed To The Public For Any Purpose Or Used By Ffdg Except For Evaluation Purposes, Shall –
mark The Title Page With The Following Legend:
“this Proposal Or Quotation Includes Data That Shall Not Be Disclosed Outside Ffdg And Shall Not Be Duplicated, Used, Or Disclosed – In Whole Or In Part – For Any Purpose Other Than To Evaluate This Proposal Or Quotation. If, However, A Subcontract Is Awarded To This Offeror Or Quoter As A Result Of – Or In Connection With – The Submission Of This Data, Ffdg Shall Have The Right To Duplicate, Use, Or Disclose The Data To The Extent Provided In The Resulting Subcontract. This Restriction Does Not Limit Ffdg’s Right To Use Information Contained In This Data If It Is Obtained From Another Source Without Restriction. The Data Subject To This Restriction Are Contained In Sheets (insert Numbers Or Other Identification Of Sheets)”, And
mark Each Sheet Of Data It Wishes To Restrict With The Following Legend “use Or Disclosure Of Data Contained On This Sheet Is Subject To The Restriction On The Title Page Of This Proposal Or Quotation.”
exhibits
ed0006723 - Rev C– Specifications
drawings
general Terms And Conditions For Supplies (3/2024)
fl-55 - Small Business Subcontracting Plan
subcontractor Annual Representations & Certifications (sarc), Form Sarc (rev. 3) (04/08/2022)
proposal Certifications, Form Pur-466, Rev. 1 (10/14/2021)
sample Subcontract
Closing Date19 May 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Scope: The Intent Of This Request For Proposal Is To Enter Into A Contract To Provide Mobile Mri And Technologist Services To Include All The Necessary Personnel, Supervision, Equipment, Transportation, Materials, Supplies And Training To Perform The Services As Specified Herein. Service Shall Be Performed At Any West Texas Va Healthcare Facility, Including Both Owned And/or Leased Facilities, Main And/or Community-based Outpatient Clinics Where Indicated.
summary Of Requirement: The West Texas Healthcare System Is Seeking A 12-month Base, Plus 4 (four) 12-month Option Periods, Contract For A Mobile Mri And Associated Service Agreement And Technologist Staffing. The Mobile Mri Will Be Placed On An As-needed Basis For Delivery Or Move Within 10 Days, To Remain In A Single Location No Less Than 6 Months.
delivery And Set-up Of Contractor Equipment: The Contractor Shall Be Responsible For Proper Installation/set-up Of The Contractor's Furnished Equipment Including The Mobile Coach. Installation/set-up Shall Be Accomplished In Accordance With Industry Standards, All Osha Regulations And Applicable Manufacturer's Recommendations.
the Contractor Shall Provide A Mobile 1.5t Mri Coach And Mri Technologists Services At Station 519 (west Texas Healthcare System), In Accordance With The Sow (statement Of Work).
schedule: Services Shall Be Required Five (5) Days Per Week, Except On Federal Holidays.
hours Of Service: Contractor's Mobile Unit And/or Personnel Shall Be On Site To Perform Exams Eight (8) Hours Per Day, Monday - Friday, Between The Hours Of 7:30 Am And 4:30 Pm. The First Mri Will Begin At 7:30 Am With The Last Patient Being Seen Such That The Exam Is Completed No Later Than 4:30pm.
pro-rated Monthly Rental Fee: The Contractor Shall Prorate The Monthly Rental Fee When Mri Coach Is Not Functioning In Accordance With Prescribed Guidelines. The Monthly Fee Shall Be Prorated Based On The Number Of Hours The Coach Is Out Of Service During Regularly Scheduled Clinic Hours M-f, 7:30am – 4:30pm. The Contractor Shall Include The Hourly Rate In The Space Provided Below:
contractor's Responsibilities: The Contractor Shall Be Responsible For The Following Daily Functions:
contractor Shall Be Responsible For The Transportation Of The Mobile Mri Coach To And From Wtvahcs. Cost Of Transportation Shall Be Included In The Monthly Rate. Big Spring Facility Is Gated And Locked After-hours. The Facility Is Open From 6:30 Am Through 6 Pm Monday Through Friday For Removal Of Trailer For Other Assignments.
delivery And Set-up Of Contractor Equipment: The Contractor Shall Be Responsible For Proper Installation/set-up Of The Contractor's Furnished Equipment Including The Mobile Trailer. Installation/setup Shall Be Accomplished In Accordance With Industry Standards, All Osha Regulations And Applicable Manufacturer's Recommendations.
transmit Completed Electronic Data After Each Exam. Ensure That All Of The Day’s Exam Data Is Completely Transferred To The West Texas Va Healthcare System Computer Systems.
all Patient Information Required For Contractor's Records Shall Be Secured In Accordance With Hipaa Guidelines.
all Connections From The Trailer To West Texas Va Healthcare System Site/property Are Properly Disconnected From Trailer When Moved From The Site.
any Temporary Site Preparations Are Removed Upon Completion Of Services.
contractor Shall Ensure Mobile Mri Is Maintained In Optimum Working Condition To Ensure The Highest Level Of Patient Safety At All Times. Fire Extinguisher To Be Supplied By The Vendor. Vendor Shall Provide Mri Compatible Wheelchair, Stretcher And O2 Tank.
maintenance Documents Shall Be Made Available To The West Texas Va Healthcare System Upon Request.
contractor Shall Ensure Each Patient Arriving For Mobile Mri Exam Has A Signed Mri Order For Services.
mri Tech Must Complete The Final Mri Screening Assessment Which Is Incorporated In The Patient’s Electronic Medical Record.
contractor Shall Use Appropriate Screening Devices To Ensure Patient Has No Ferro-magnetic Materials On Or In Receive His/her Body.
contractor Shall Be Responsible For Adhering To All Federal Regulations Regarding Patient Care, Patient Safety, Medical Practice And Operation Of Mobile Mri.
contractor Shall Provide A Copy Of A Current, Comprehensive Mri Safety Program Policy To Which Each Technologist Is Expected To Comply. Mri Technologist Is Required To Complete West Texas Va Healthcare System Or Analogous Mri Safety Training Yearly.
contractor Shall Be Responsible For Patient While On The Mobile Unit And During The Entire Scanning Procedure Up To The Patient's Release.
in The Event A Patient Is Injured While In Contractor's Care, Contractor Shall Immediately Notify The Assigned Nurse Or A Designated Va Physician And Complete A Written Report.
environment Of Care Rounds Shall Be Conducted Quarterly By The Local Site Cor And West Texas Va Healthcare System Administrator. All Identified Deficiencies Shall Be Corrected By The Contractor Prior To The Next Scheduled Day Of Service.
contractor Shall Be Responsible For Providing 2 Qualified Mri Technologists To Perform Services Defined Herein. The Mri Technologists Shall Be Required To Provide Scanning Services As Well As Training On The Full Operation Of The Mobile Mri Unit. Training Shall Be Provided To The Assigned West Texas Va Healthcare System Technical Personnel At No Additional Cost To The Government. If The Mri Technologist Is Unable To Come In To Work As Per The Schedule, An Alternate Mri Technologist Is Available To Cover The Shift To Avoid Having To Reschedule Patients. All Mri Technologists Must Complete The Credentialing Requirements Established By West Texas Va Healthcare System.
mri Technologist Shall Attend The Quarterly Mri Safety Committee Meeting.
comply With Vha Directive 1105.05 Magnetic Resonance (mr) Safety, Wtvahcs Mri Policy And Procedures And Mri Scanning Protocols.
5. Delivery Locations:
See Below For Location Of West Texas Va Healthcare System Sites Of Care. The Delivery Locations Include But Are Not Limited To These Locations. If New Va Locations Within The Geographic Boundaries Of West Texas Va Healthcare System (such As A New Clinic In Abilene) Are Added During The Duration Of The Contract, Those Will Presume To Be Included As Potential Deployment Locations For A Mobile Mri As Well, Provided That They Are Affiliated With Station 519.
george H. O'brien, Jr., Department Of Veterans Affairs Medical Center
300 Veterans Boulevard
big Spring, Tx 79720-5566
abilene Va Clinic
3850 Ridgemont Drive
abilene, Tx 79606-2728
colonel Charles And Joanne Powell Va Clinic
4240 Southwest Boulevard
san Angelo, Tx 76904-5634
fort Stockton Va Clinic
1205 North Sycamore Street
fort Stockton, Tx 79735-4122
hobbs Va Clinic
1301 North Turner Street
hobbs, Nm 88240-8446
wilson And Young Medal Of Honor Va Clinic
8050 East Highway 191
odessa, Tx 79765-8615
8. Magnetic Resonance Imaging (mri) Mobile Device Salient Characteristics:
contractor Shall Make Whatever Adaptations Are Necessary So That The Contractor's Equipment Is Compatible With The West Texas Healthcare System Data Network As Specified In Paragraph 16, Telecommunications.
salient Characteristics
details
magnet Strength
1.5 Tesla
minimum Bore Width (cm)
70cm
minimum Bore Depth (cm)
130cm
minimum Slew Rate (t/m/s)
125
minimum Number Of Channels
48
maximum Patient Table Load Capacity For Vertical And Horizontal Table Movement (lbs)
550
maximum System Weigh (lbs)
10,000
helium Consumption
zero Helium Boil-off Technology
min Patient Comfort Requirement
short And Wide Bore For Greater Patient Comfort And Easier Access For Various Patient Sixes
gradient System
xj Gradients With High Performance Capable Of Handling Advanced Imaging Techniques
rf Technology
tim 4g 9toal Imaging Matrix) Technology, Allowing Flexible Coil Combinations And Faster Imaging
coil Technology
up To 204 Coil Elements, Allowing For Whole Body Imaging Without Patient Repositioning
imaging Speed
up To 48 Channels Supported With Tim 4g, Enabling Faster Scans And Higher Throughput
image Quality
high Spatial And Temporal Resolution, With Advanced Features, Post Processing And Workflow Optimization Tools
patient Handling
comfortable Positioning For Long Exams, With Respiratory And Cardiac Gating Options
application Range
neurology, Musculoskeletal, Cardiovascular, Ortho, Oncology, Mra, Elastography, Spectroscopy, Phase Contrast Mri And Flow Analysis, Parametric Prostate Imaging, High Intensity Focused Ultrasound With The Flexibility To Expand Due To Different Facility Provider Requirements
advanced Imaging Techniques
diffusion Weighted Imaging (dwi), Functional Mri (fmri), Cardiac Imaging, Mr Spectroscopy, Etc.
environment
energy Efficiency And Reduced Operating Costs
installation Space
mobile Trailer Installation Capable; Semi-trailer Truck Equipped With Stabilizing Shocks To Prevent Disruption Of The Machine, Compact Design With Low Space Requirements Ideal For A Mobile Trailer
operator Workflow
intuitive User Interface, Customizable Protocols, And Easy Data Management
connectivity
dicom Compliant Integrated With Hospital Information System (his) And Picture Archiving (pacs)
upgradeable
must Be Upgradeable To Newer Software And Hardware Innovations
safety Features
advanced Patient Monitoring, Acoustic Noise Reduction, And Patient Emergency Systems. Safety System For Magnet Quenching And Emergency Shutdown, To Include The Following:
alarms For Low Cryogen Levels, Temperature Limits, Scans In Progress
indicators For Cryogen Levels
heat Sensor Shut Offs For Room Temperature Problems.
oxygen Monitor In Gantry Room.
table Requirement
motorized
detachable
adjustable Height
stepping Capable
ups Requirement
maintains Full Functionality Of The System For A Minimum Of 30 Minutes During A Power Outage
coil Requirement
imaging Of The Torso, Knee, Shoulder, Head/spine/array, Neuro Vascular, Run-off, Foot/ankle, Wrist, Elbow, Cardiac, Breast, Prostate Imaging, Functional Mri Head, Carotid, Endorectal, Periphery Vascular, Extremity, Flexible, Transmit/receive, Adjustable Neurovascular Head, Whole Body Imaging
security/connectivity Requirements
oem Supported Operating System.
latest Dicom Print, Store, Commit, Structured Report (sr) And Modality Worklist.
wireless Connectivity To Va Network – Compatible With 802.11b/g/n And Fips 140-2 Or Fips 140-3 Compliant
encrypted Hard Drive.
pacs Compatibility – Change Healthcare
integration To Advanced Visualization Systems
chiller Requirement
chiller Meeting Or Exceeding Mri Needs
cryogen Requirement
cryogens (vendor Expected To Provide And Install All Cryogens.)
phantom Requirements
all Phantoms Required For Proper Calibration And Performance Verification (vendors Are Expected To Provide Phantoms For All System Requirements And Options Identified In This Document That Require Phantoms.)
patient Comfort/entertainment Package
integrated Music System, To Include The Following:
control Room Controls
speech Communication For Patient Direction
speakers In Both The Exam Room And Control Room
headphone Jack On Patient Table
mri-safe Headphones
shielding Requirement
active Shielding
workstation Requirement
min Acquisition Workstation Monitor Size Of 19in
minimum Acquisition Workstation Hard Drive Space 200 [gb]
minimum Number Of Processing/reading Workstations: 2
minimum Processing/reading Workstation Monitor Size 19 [in]
minimum Processing/reading Workstation Hard Drive Space 200 [gb]
additional Technology Specifications
compressed Sense Technology
motion Correction Technology
helium Save Technology.
noise Reduction Technology
power Conditioning
vector Ecg(vcg), Respiratory And Peripheral Pulse Gating/triggering
advanced Exam Planning Technology
geometry Linking (multi Station Exams)
real Time Mip, Mpr, And 3d Surface Rendering
advanced Mr Viewing Environment, Processing, And Image Generation.
patient Specific Shimming
dixon Type Technology For Body, Neuro, And Musculoskeletal Imaging
advanced Non-contrast Mra Imaging Technology
3d Fse Based Sequence For Isotropic Resolution In All Contrasts.
bolus Tracking System
heavy Duty Wide Patient Restraints
patient Positioning And Support Aids
video Camera System For Monitoring Inside The Exam Room From The Control Room
mri-compatible Contrast Injector
operating System Must Be Windows 10 Or Newer
the Scanner Must Be Able To Scan The Cervical, Thoracic, And Lumbar Spines Continuously Without Requiring Patient Movement.
the Mobile Mri Unit Shall Be Ready For Use Regardless Of Outside Environmental Conditions.
the Mobile Mri Unit Shall Maintain A Temperature To Assure Proper Operation Of The Scanner And Provide For Patient Comfort.
the Mobile Mri Unit Shall Include A Private Dressing Area With Secured Cabinets For Patient Use.
contractor Shall Provide An Mri-compatible Automatic External Defibrillator (aed). The System Must Contain The Minimum Characteristics:
aed Unit With Lcs Screen Showing Voice Prompt Messages, Device Advisory Messages, Elapsed Time, Shock Count And Chest Compression Graph, Operator's Guide And Carrying Case;
two (2) Sets Of Cpr-d Pads, One Piece Defibrillation And Cpr System With Compression, Depth And Rate Sensors, Supplies With Gloves, Barrier Mask, Scissors, Razor, Wet Wipes And Dry Wipes.
trailer Space Requirement
(based On Max System Dimensions)
location
requirement
width (cm)
depth (cm)
height (cm)
weight (cm)
examination Room
magnet And Helium
210
150
220
3200
magnet, Gradient Coils Body Coil, Table And Covers
250
450
225
5000
min Room Height Clearance
245
control Room
workplace Table And Monitor
130
90
120
equipment Room
cabinets With System Controls, Rf System, Gradient Power System Image Processor
170
70
200
1500
9. Mri Technologist Staffing Salient Characteristics:
a. The Contractor's Technologists Shall Possess A Current American Registry Of Radiologic Technologists (arrt) License, Certified In Mri Through Arrt And Basic Life Support (bls) Certified. A Copy Of All Applicable Operators’ License/certifications Shall Be Provided With The Proposal Along With A Copy Of The Updated License Immediately Upon Renewal. The Contractor Shall Ensure That A Copy Of The Technologist’s Current License Is Provided To The Local Cor For Inclusion In The West Texas Va Healthcare System 6-part Folder At All Times.
b. The Contractor Shall Be Responsible To Ensure That Contractor Employees Providing Work On This Contract Are Fully Trained And Completely Competent To Perform The Required Work. Evidence Of The Contractor’s Technologist’s Competency Review Shall Be Provided With The Proposal. Competency Checklists Must Contain Evidence Of Supervisory Review At Least Annually And Must Contain The Written Signature Of The Supervisory Official Performing The Review. A Current Copy Of The Employee’s Competency Checklist Shall Be Maintained In West Texas Va Healthcare System 6-part Folder At All Times. Competency Checklists Shall Be Resubmitted To West Texas Va Healthcare System Each Time The Checklist Is Updated, No More Than 12 Months Beyond The Original Date Of Review.
c. The Contractor Shall Be Required To Maintain Documentation And Provide Copies, With Their Proposal, Of The Following For Each Employee Working Under The Contract:
(1) Credentials And Qualifications For The Job
(2) A Current Competency Assessment Checklist (an Assessment Of Knowledge, Skills, Abilities And Behaviors Required To Perform A Job Correctly And Skillfully; Includes Age-specific Knowledge And Skills Required To Provide Care For Certain Patient Populations, As Appropriate.)
(3) A Listing Of Relevant Continuing Education For The Last Two Years.
(4) Health Examination Records Of All Individuals Performing Work Under This Contract To Include:
(a) Annual Tb Skin Test And Recent (within The Last Year) Chest X-ray If There Is A History Of Positive Tb Skin Test
evidence Of Hepatitis B Immunity (hepatitis Immune Titer, If Provider Has Had The Series Of Shots; If No Immunity, Evidence That Provider Has Started The Hepatitis B Vaccination Series.)
varicella Titer If Provider Has Not Had Chicken Pox And Has Direct Patient Contact.
d. This Is A Non-personal Health Care Service Contract Under Which The Contractor Is An Independent Contractor. Contractor Employees Shall Not Be Considered Va Employees For Any Purpose.
10. Housekeeping Reqirements: The Contractor Is Responsible For All Housekeeping Requirements. Environment Of Care Rounds Shall Be Conducted And Deficiencies Shall Be Corrected By The Contractor Prior To The Next Scheduled Day Of Service.
11. Maintenance Requirements:
a. Contractor Shall Be Responsible For All Maintenance Of The Unit Including All Preventive Maintenances (pms) As Required By The Manufacturer’s Literature. The Contractor Shall Assume All Cost For Labor And Parts Including Glassware And Will Make All Arrangements For Service Upon Notification Of Failure. Contractor Shall Communicate These Occurrences And Progress In A Timely Manner With Imaging Service Staff And Healthcare Technology Management Staff. Anyone Performing Maintenance On The Unit Shall Be Factory Trained By The Manufacturer On This Specific Unit. Any Fda Alerts Or Recalls Associated With This Equipment Will Be Ameliorated In A Timely Manner.
b. All Pms Shall Be Done After Normal Operating Hours, Monday – Friday.
c. Contractor Shall Ensure A 98% Or Better Up-time Based Upon The Normal Operation Hours, Monday – Friday, 7:30 A.m. – 4:30 P.m.
d. If The System Breaks Down, The Mri Technologist Is Responsible For Informing Imaging Service Representative And Healthcare Technology Management Of The Issue Immediately Upon Determining There Is A Problem. The Mri Technologist Will Contact The Vendor Immediately If An On-site Service Technician Is Needed. It Is Expected That The On-site Service Technician Will Respond Within 2 Hours To Determine What The Problem Is And A Proposed Timeframe Of How Long The Machine Is Expected To Be Down. Repairs And Delays That Will Be Beyond Two Working Days Will Require A Replacement Trailer To Be Brought In.
12. The West Texas Healthcare System Responsibilities:
a. The West Texas Va Healthcare System Shall Provide A Covered Walkway (per Va Design Guidelines Where Applicable), Utility Connections, And An Appropriate Computer Line(s) For Use By The Contractor.
the West Texas Va Healthcare System Shall Be Responsible For Scheduling Exams For The Mobile Mri Unit.
providing Mobile Mri Pad:
mobile Pad (mri Criteria Most Stringent)
size: 55’ X 11’
12” Thick, No Steel Reinforcing Under Scanner Section (may Use Carbon Fiber, Polyester, Stainless Steel)
assess For Vibration (road, Adjacent Machinery)
assess For Rf Interference (adjacent Electrical Equipment, Etc.)
connectivity:
480v 3 Phase Power, Russell Stoll Connector
data , Telephone, Water
13. Conformance Standards/regulatory Adherence:
a. Contractor Shall Perform The Required Services In Accordance With The Following:
(1) The Standards Of The Joint Commission For The Accreditation Of Healthcare Organizations (jc) To Include Patient Safety Standards (a Copy Of These Standards May Be Obtained From The Joint Commission On Accreditation Of Healthcare Organizations, One Renaissance Blvd., Oakbrook Terrace, Il 60181)
(2) The Established Principles And Ethics Of The Medical Profession Established By The Ama And Acep And Is Responsible For The Quality Of Care Rendered To All Patients.
(3) All Relevant Federal And State Regulations Regarding Patient Care, Medical Practice, Operation Of Mri Equipment; To Include But Not Be Limited To:
occupational Safety And Health Act (osha)
the Joint Commission (jc)
veterans Health Administration (vha)
united States Department Of Transportation (us Dot)
health Information Portability And Accountability Act (hipaa)
vha Automated Information Security (ais)
privacy Act
the Visn 17 Facility Medical Staff Bylaws
b. Contractor Shall Ensure That The Equipment/system Functions In Conformance With The Latest Published Edition Of Osha And The Manufacturer's Specifications.
c. Contractor Shall Adhere To The Provisions Of Public Law 104-191, Health Insurance
portability And Accountability Act (hipaa) Of 1996 And The National Standards To Protect The
privacy And Security Of Protected Health Information (phi). As Required By Hipaa, The
department Of Health And Human Services (hhs) Has Promulgated Rules Governing The
security And Use And Disclosure Of Protected Health Information By Covered Entities, Including The Department Of Veterans Affairs Veterans Health Administration (va).
14. Mri Study Interpretation: A Va-identified Radiologist Shall Read/interpret All Mri Studies And Dictate All Required Study Reports.
mri Data Ownership: The West Texas Healthcare System Shall Maintain Sole Ownership Of All Data Of Studies Performed On The Mobile Mri Under This Contract. The Contractor May Not Use Any Portion Of Imaging Data Obtained From Patient Studies Under The Contract. The Contractor May Not Use Any Portion Of Imaging Data Obtained From Patient Studies For Quality Control Or Educational Purposes Without Written Consent Of The West Texas Healthcare System.
15. Emergencies On Mobile Mri Unit: Emergency 911 Shall Handle All Medical Emergencies Occurring On The Mobile Coach. The Contractor Shall Provide, With Their Proposal, A Written Emergency Plan Addressing Emergencies Such As Patient Codes, Personal Injury, Fire, And Disruptive Behavior.
16. Telecommunications:
a. The Mobile Unit Shall Be Equipped With An Outlet Connection Capable Of Transmitting Data And Voice Through A Government Provided Network Interface Jack (rj11 Analog Voice And Rj45 Ieee 803.x). The Government Shall Provide The Necessary Network Services Required For The Transmission Of Images, Data And Voice. The Contractor's Mobile Unit Shall Be Able To Connect To Vista Imaging Network And To Transmit All Images To Vista Imaging To Include Being Compatible To Dicom Imaging Standards In Use At The West Texas Healthcare System. (pacs Interface Contact Person Shall Be Provided To The Contractor During The Post-award Orientation).
b. The Contractor Shall Be Responsible For All Expenses Incurred To Interface The Mri Scanner Oem Using The Dicom Network With The Existing In Use West Texas Healthcare System Picture Archiving And Communications System.
the Intent Of This Notice Is To Establish Sources To Define The Procurement Strategy (e.g., Set- Aside, Sole Source, Unrestricted) For A Solicitation That Va Intends To Post Soon. Interested Contractors Are Requested To Respond In Accordance With The Following:
if You Have An Existing Gsa Or Va, Federal Supply Schedule Contract, Include The Contract Details In Your Response.
please Note That Va Is Particularly Interested In Determining The Availability Of Small Business That Can Provide This Service.
vendors Are Requested To Submit Estimated Market Research Pricing With Their Responses. The Estimated Pricing Will Be Considered When Determining The Procurement Strategy For The Future Solicitation. (e.g., If The Co Determines That Capable Small Businesses Cannot Provide Fair And Reasonable Pricing, Then The Solicitation Will Not Be Set-aside).
responses Shall Include:
business Name
business Address
point Of Contact
name
phone Number
e-mail Address
sam Uid Number
currently Registered In Sam (yes Or No). If Yes, Provide Expiration Date.
naics Code
business Size: Small Or Large
type Of Business: Service-disabled Veteran Owned (sdvosb), Veteran Owned (vosb), 8(a), Hubzone, Woman-owned (wosb), Etc.
gsa Or Va Fss Contract Number, If Applicable
current Fleet Size
the Contractor Shall Provide Emergent, Non-emergent Advanced Life Support (als), And Critical Care Transport (cct) Tier 1, 2, And 3 Ambulance Services On An
as-needed Basis In Accordance With All Federal, State, And Local Regulations.
all Businesses Eligible To Provide This Service Are Encouraged To Reply As This Information May Be Used To Determine Potential Set-asides For The Above-noted Requirement.
send Responses To Both The Contract Specialist And The Contracting Officer.
contracting Officer: Mr. Rafael Rodriguez At Rafael.rodriguez2@va.gov
Closing Date28 Mar 2025
Tender AmountRefer Documents
Caraga State University Tender
Others
Philippines
Details: Description Item Number | Description | Qty | Total Cost Lot 1 | Total Cost: Php ₱4,429,000.00 Molecular Biology Laboratory 1. Thermocycler/ Pcr "block Format: 96-well 0.2 Ml Temperature Optimization: 6-zone Veriflex Block On 96-well Systems User Interface: 8.0-inch Touch Screen Maximum Sample Throughput: 384 Reactions Max Block Ramp Rate: 6.0°c/sec With Training, Warranty, And Calibration" Qty: 1 Unit: Unit 2. Refrigerated Microcentrifuge "capacity: 24 X 1.5/2 Ml Max. Speed: 13,300 Rpm Max. Rcf: 17,000 X G Noise Level: 50 Db(a) Temperature Range: -9°c To +40°c Certifications/compliance: Csa, Ce, Ivd Type: Benchtop Centrifuge Includes: 24 X 1.5/2.0ml Rotor With Clickseal Biocontainment Lid Description: Microcentrifuge, Refrigerated Electrical Requirements: 120 V 60 Hz Refrigerated: Yes Run Time: 1 To 99 Min. (1 Min. Increments); Hold Standards: Iec 61010-1, Iec 61010-2-020 Dimensions (hwd): 12.9 X 11.6 X 17.5 In. (33.0 X 29.5 X 44.5 Cm) Net Weight: 62.0lb. (28.0 Kg) Frequency: 60 Hz Voltage: 120 V Rotor: 24 X 1.5/2 Ml Rotor With Clickseal Biocontainment Lid With Training, Warranty, And Calibration" Capacity (english): 23 Cu. Ft. Capacity (metric): 650 L Door Style: Solid No. Of Doors: 1 Shelves: 4 Certifications/compliance: Ul, Cul, Ce Display: Microprocessor Defrost: Manual Interior Dimensions: 28.5 X 24 X 58 In. (72.3 X 61 X 147.3 Cm) With Training, Warranty, And Calibration" Qty: 1 Unit: Unit 3. Gel Documenter System "camera & Optics Cx4 Camera: Scientific Grade Camera - Made In Germany 2 Megapixels Resolution Extendable To 7,6 Megapixels Passive Cooling • 16-bit – 65 536 Grey Levels •usb-3 Connection • Motorized Zoom Lens With Feedback • Field Of View: 20x20cm Hardware Smart Darkroom Technology: • Software Control Of The Lighting • White Light Led Panels With Automatic Intensity Adjustment • Uv Cut-off Filter • Fix Position Transilluminator With Optional Protection Screen Steel And Stainless-steel Darkroom For Long Lasting Robustness. Wide Access Door With Uv Safety Shut-off Software Free Bio-vision Software For Image Acquisition With Full Glp Compliance. Molecular Weight Calculation, Band Quantification, Colony Counting, Distance Calculation, Text Annotation And Image Enhancement Included. Cfr21 Part 11 Ready Applications Dna And Rna Gels And Fluorescence Stain Imaging: • Ethidium Bromide, Sybr-safe, Sybr-green, Gel-red, Gel-green, Sybr-gold, Gfp, Pro-q Emerald, Sypro Ruby, Fitc, Dapi • Colorimetric Stained Protein Gels, X-ray Film, Autorads, Sscp Gels, Colony Dish And Flask Imaging And Other Epi White Light Applications • Coomassie Blue, Silver Stain, Ponceau S Red, Copper Stain. Qty: 1 Unit: Unit 4. -20°c Freezer "temperature (setpoint): -25°c To -15°c (-20°c) Type: High-performance Freezer, Capacity (english): 23 Cu. Ft. Capacity (metric): 650 L Door Style: Solid No. Of Doors: 1 Shelves: 4 Certifications/compliance: Ul, Cul, Ce Display: Microprocessor Defrost: Manual Interior Dimensions: 28.5 X 24 X 58 In. (72.3 X 61 X 147.3 Cm) With Training, Warranty, And Calibration" Qty: 1 Unit: Unit 5. Gel Electrophoresis Tank With Agarose Casting Trays "certifications/compliance: Ce Marked Description: Complete System With Buffer Exchange Ports Type: Large, W/buffer Exchange Ports Sample Size: 8 To 432 (16-, 24- And 36-well Combs) Volume (metric) Buffer: 2.3 L Dimensions (l X W X H): 14.8 X 12.8 X 4.1 In. (37.5 X 32.5 X 10.5 Cm) Length (english): 14.8 In. Length (metric): 37.5 Cm Length (metric) Gel: 25 Cm Width (english): 12.8 In. Width (metric): 32.5 Cm Width (metric) Gel: 20 Cm Height (english): 4.1 In. Height (metric):10.5 Cm Features: Horizontal System Can Run From 25 To 600 Samples On One Gel Gel Can Be Cast In Varying Lengths To Help Conserve Agarose When Fewer Samples Need To Be Run Built-in Buffer Exchange Ports Allow For Buffer Recirculation On Extended Runs Uvt Gel Tray Has Gasketed End Gates For Leakproof Seal Without Tape Built-in Leveling Ensures Flat, Uniformly Thick Gels Large Number Of Comb Slots Provides Sample Number And Resolving Distance Flexibility Microwell-format Combs Provide Fast, Error-free Sample Loading With A Multichannel Pipetter Samples May Be Loaded Directly From A 96-well Plate, 8 Or 12 At A Time With Training, Warranty, And Calibration" Qty: 1 Unit: Unit 6. Blue Light Transilluminator "features Compact, Extra-thin And Portable · Safer To Replace Uv · Easy For Gel Cutting: No Need To Wear Amber Glasses · No Dna Damage Inherent To Uv · Uniform Blue Led Trans-illumination, Low Noise · Optimized For Use With Diverse Safe Dyes To Replace Toxic Etbr · Angle Adjustable Filter/lid Can Be Tilted Optionally With One Hand, Easy For Observing And Cutting Gels. Specifications: · Instrument Dimensions (mm): 210d X 210w X 28h · Viewing Surface Dimensions (mm): 130d X 170w · Led Wavelength (nm): 470 · Lid/ Filter:amber · Sensitivity: Up To 0.1 Ng · Uniformity: < 5% Cv (coefficient Of Variance) · Led Life: 100,000 Hours With Training, Warranty, And Calibration" Qty: 1 Unit: Unit 7. Fume Hood "single Phase, Power: 220v, 60hz, Supply And Installation Of Unit Technical Parameters: Model: Fh 1500 (p) External Size (w D H): 1547x800x2450mm Internal Size (w D H): 1287x560x700mm Work Surface Height: 820mm Max Opening: 740mm Air Velocity: 0.3~0.8m/s Noise: ≤68db Exhaust Duct: 4.3 Meters, Φ250mm Led Lamp: 15w 2 Blower: Built-in Pp Centrifugal Blower(2 Blowers For Fh1800(p) Only); Speed Adjustable Front Window: Resistant To Acid And Alkali, Manual, 5mm Toughened Glass, Height Adjustable Power Supply: Ac220v±10%, 50/60hz; 110v±10%, 60hz Consumption: 500w Material: Main Body- Made Of Porcelain White Pp, Thickness 8mm, Resistant To Strong Acid, Alkali And Anti-corrosion; Work Table- Chemical Resistant Phenolic Resin Standard Accessory: Led Light, Work Table: Chemical Resistant Phenolic Resin, 4.3 Meters Pvc Duct (2 Pcs Of 4.3 Meters Pvc Dust For Fh1800(p) Only), Diameter: 250mm, Pipe Strap 2(4 Pcs For Fh1800(p) Only, Rvv Power Cord (3 1.0mm² 3000mm), Base Cabinet, Waterproof Socket 2, Tail Insert, Water Tap (pp), Gas Tap (pp), Water Sink, Pp Centrifugal Blower 1(2 For Fh1800(p) Only) Optional Accessory: Pp Worktable, Epoxy Resin Board Or Ceramic Board, Active Carbon Filter, Outer Pp Centrifugal Blower 1(only Need To Select When The Duct Is More Than 4m, 2 For Fh1800(p) Only), Splitable Base Cabinet (only Not For Fh1800(p)) Gross Weight: Main Body-180kg; Base Cabinet-114kg Or 102kg (splitable) With Training, Warranty, Installation, And Calibration" Qty: 1 Unit: Unit 8. Horizontal Laminar Flow Cabinet Control System: Microprocessor Controller With Lcd Display, Graphical And Digital Display Of The Operating Status Of Each Function Work Surface Height: 750mm Airflow Velocity: Adjustable, 0.2~0.5 M/s Cabinet Construction: Main Body: Electro-galvanized Steel With Antimicrobial Powder Coating Work Zone: Stainless Steel, Grade 304 Manual Sliding Sash: 5 Mm Uv Resistant Tempered Glass With Counter-balance System And Ergonomic Handle Side Windows: 5 Mm Uv Resistant Tempered Glass Electricity: Ac220v ±10%, 50/60hz,1p Standard Accessories Base Stand 1. Led Lamp 1(only 2 For Lcb-h6f). Uv Lamp 1(only 2 For Lcb-h6f). Waterproof Socket 2. Foma Casters 4 Wind Speed Sensor; Gas Tap;water Tap;casters With Brakes; Hook And Hook Bar With Training, Warranty, And Calibration" Qty: 1 Unit: Unit 9. Oven Dryer "300°c (pf 30 To Pf 200) Or 250°c (pf 400, Pf 800) Maximum Operating Temperatures 28 To 910 Litre Chamber Volumes •equipped With The R38 Digital Pid Temperature Controller (pf 30 To Pf 200) • Carbolite Gero 301 Controller, With Single Ramp To Set-point & Process Timer (pf 400 & Pf 800) • Fan Convection For Rapid Heating & Recovery & Excellent Uniformity • Chemically Resistant Stainless Steel Liner • Two Nickel-chrome Plated Wire Shelves (the Pf 400 Is Supplied With 3 Wire Shelves, The Pf 800 With 3 Perforated Stainless Steel Shelves) • Lever Latch Door & Airtight Silicone Seal With Training, Warranty, And Calibration" Qty: 1 Unit: Unit 10. Autoclave Sterilizer 150l Vertical Pressure Steam Sterilizer (autoclave) With A Large Capacity For Heavier Loads And An Automated Sterilization Process • Ensures Thorough Sterilization Of Your Products, Hassle-free. • Precise Temperature And Pressure Controls, Combined With Advanced Safety Features • 150l Or 158 Quart Size (equivalent To 5 All American 30 Quart Stove-top Pressure Cookers). • High Quality Sus 304 Stainless Steel Internal Construction. 6kw Electric Heater (110v/60hz, 63a) Get To Pressure In 25 Mins. • Quick Heating Means Faster Turnaround Times. Sterilize Grain Spawn Perfectly. Temperature Is Adjustable And Can Be Used To Pasteurize. • Two Stackable Internal Baskets Make Loading And Unloading A Breeze • Safety Door Opening Mechanism, The Door Remains Locked As Long As The Chamber Is Under-pressure. Water Level Sensor With Automatic Shutoff & Over-pressure Bleed Off Valve. With Training, Warranty And Calibration Qty: 1 Unit: Unit 11. Dry Bath Incubator Adjustable Sizes For Tubes And Test Tubes 4 Block Touch Screen Dry Bath Controller: Pid Digital Temp Range: Ambient +5° To 130°c (ambient At 25°c) Temp Control Accuracy: At 37°c ≤ ± 0.5°c Temp Uniformity: At 37°c ≤ ± 1°c Timer Range: 0-99:59 Min Or Continuous Voltage: 200/240 V With Training, Warranty, And Calibration" Qty: 1 Unit: Unit 12. Molecular Laboratory Freezer Type: High-performance Refrigerator Capacity (english): 45.8 Cu. Ft. Capacity (metric): 1297 L Temperature (setpoint): 3°-7°c (5°c) Refrigerant: R290 Door Style: Glass No. Of Doors: 2 Shelves: 8 Wire Certifications/compliance: Ul, Cul, Energystar Display: Microprocessor Defrost: Automatic Monitoring Options: Alarm, Recorder Smart View Compatibility: Smart-vue Compatible Dimensions (d X W X H) Interior: 28.5 X 52.5 X 58 In. (72.4 X 133.4 X 147.3 Cm) Dimensions (l X W X H) Exterior: 36.6 X 56.5 X 78.5 In (93.1 X 143.5 X 199.4 Cm) With Training, Warranty, And Calibration Qty: 1 Unit: Unit 13. Micropipette (multichannel) "the Pipette Shaft Can Be Unscrewed And Is Entirely Autoclavable (121 °c). Functions: Pipetting, Reverse Pipetting, Mixing, Dispensing, Up To 300 Μl Also Gel-electrophoresis. Easy Calibration-technique For Making Quick Adjustments Of The Electronic, Without Tools. Limitations Of Use: Operating Temperature Of Instrument And Reagent Should Be Between +15 °c And +40 °c (59 °f To 104 °f) Vapor Pressure Up To 500 Mbar Viscosity: 260 Mpas For Viscous Media, The Speed Must Be Adjusted If Necessary. With Warranty And Calibration" Qty: 1 Unit: Unit 14. Vortex "lab Vortex Mixer Shaker Speed 0-2800rpm, Orbital, Diameter 4mm, 50/60 Hz Test Tube Mixer Touch And Continuous Modes With Warranty And Calibration" Qty: 1 Unit: Unit 15. Portable Microcentrifuge "max Speed (rpm): 7000 Max Rcf (xg) : 2680×g Rotor Capacity : 0.5/1.5/2.0ml×8, 0.2ml×32 Pcr Tubes, 0.2ml×4 Pcr 8 Strips With Warranty And Calibration" Qty: 1 Unit: Unit ------------------------------------------------------------------------------------------------------------------------------ Lot 2 | Total Cost: Php. 1,530,000.00 Technical & Scientific Equipment For Colleges 1. Casagrande Liquid Limit Apparatus Coverage S-log3, S- Gamut3, S-cinetone, User Luts Internal Mic + Inputs, Usb Streaming 3" 1.03m- Dot Vari-angle Lcd Touchscreen Qty: 1 Unit: Set 2. Basic Soil Sampling Kit 3-1/4″ Regular, Sand And Mud Auger, 5/8″ Thread ( 1 Each) 18″ Rubber Coated Cross Handle 5/8″ Thread 2″ X 6″ Soil Core Sampler Cup 2″ Soil Core Sampler Cap, 5/8″ Thread Regular Slide Hammer 5/8″ Thread Three 4′ Extensions, 5/8″ Thread 2″ X 6″ Plastic Liner 2″ Plastic End Caps (2) 12″ Crescent Wrench (2) Universal Slip Wrench 2″ X 12″ Nylon Brush Foam Padded Carrying Case With Handles And Wheels Qty: 1 Unit: Unit 3. Analytical Balance Digital Analytical Balance Capacity: 320 G Readabilility: 0.0001 G Repeatability: ±0.0003 Mg Linearity: 0.0002 Mg Stabilization Time: Approx. 3.5 Seconds Weighing Chamber: 6.45 × 5.84 × 9.88 In (164 × 149 × 251 Mm) Pan Size: Ø 3.6 In 90 Mm Dimensions: 8.54 × 17.4 × 12.24 In (217 × 442 × 316 Mm) Est. Weight: Approx. 17.6 Lb (8.0 Kg) Power: 120 Vac (ac Adapter) 50/60 Hz Qty: 1 Unit: Unit 4. Sieve Set Set Of Stainless-steel Wire Mesh Sieves Of 7.87-inch (200 Mm) Diameter, With Different Apertures Measuring Range 0.063 Micron - 0.32 In (8 Mm) Sample Specification Disturbed Sieves Diameter 7.9 In | 200 Mm Sieves Height 2 In | 50 Mm Sieve Openings 0.0025 In, 0.0035 In, 0.005 In, 0.007 In, 0.01 In, 0.014 In, 0.02 In, 0.028 In, 0.039 In, 0.079 In, 0.158 In, 0.32 In Qty: 1 Unit: Unit 5. Analytical Balance Digital Analytical Balance Capacity: 320 G Readabilility: 0.0001 G Repeatability: ±0.0003 Mg Linearity: 0.0002 Mg Stabilization Time: Approx. 3.5 Seconds Weighing Chamber: 6.45 × 5.84 × 9.88 In (164 × 149 × 251 Mm) Pan Size: Ø 3.6 In 90 Mm Dimensions: 8.54 × 17.4 × 12.24 In (217 × 442 × 316 Mm) Est. Weight: Approx. 17.6 Lb (8.0 Kg) Power: 120 Vac (ac Adapter) 50/60 Hz Qty: 1 Unit: Unit 6. Autoclave Sterilizer 150l Vertical Pressure Steam Sterilizer (autoclave) • With A Large Capacity For Heavier Loads And An Automated Sterilization Process • Ensures Thorough Sterilization Of Your Products, Hassle-free. • Precise Temperature And Pressure Controls, Combined With Advanced Safety Features • 150l Or 158 Quart Size (equivalent To 5 All American 30 Quart Stove-top Pressure Cookers). • High Quality Sus 304 Stainless Steel Internal Construction. 6kw Electric Heater (110v/60hz, 63a) Get To Pressure In 25 Mins. • Quick Heating Means Faster Turnaround Times. Sterilize Grain Spawn Perfectly. Temperature Is Adjustable And Can Be Used To Pasteurize. • Two Stackable Internal Baskets Make Loading And Unloading A Breeze • Safety Door Opening Mechanism, The Door Remains Locked As Long As The Chamber Is Under-pressure. Water Level Sensor With Automatic Shutoff & Over-pressure Bleed Off Valve. Qty: 1 Unit: Unit 7. Laboratory Oven Nominal Capacity 780 Liters • Max. Temperature 200°c Air Convection • Forced Power 4200 W • Internal Dimensions Mm (approx.)(lxdxh) 815x814x1201 External Dimensions Mm (approx.) (lxdxh) 1213x1214x1461 • Number Of Grid Shelves: 3 • Features Digital Pid Temperature Control System • High Temperature Uniformity And Precision Over Temperature Protection • Stainless Steel Internal And External Lining “linen Patterned” • Forced Convection Airflow 200°c Max. Temperature • Supplied Complete With Three Grid Shelves 3 Weight Approx.: 200 Kg Highlights • The Laboratory Ovens Are Specially Designed For Soil, Aggregates, And Asphalt Testing. • These Advanced Models Feature All Stainless Steel Internal And External Lining, With 60 Mm Thick Insulation, • Fast Heat Up, • Easy-to-read Digital Control, And • Forced Convection Airflow For Uniform Temperature Throughout The Oven Chamber. Easy To Slide Shelves. Qty: 1 Unit: Unit 8. Microscope Type: Compound Binocular Biological Microscopes Body: Aluminum Die-cast Metal Frame, Protective Plastic Covering Qty: 6 Unit: Unit 9. Multiparameter Waterproof Portable Logging Multiparameter Meter That Monitors Up To 14 Different Water Quality Parameters. The Microprocessor Based Multi-sensor Probe Allows For The Measurement Of Key Parameters Including Ph, Orp, Conductivity, Dissolved Oxygen, Qty: 1 Unit: Unit 10. Microscope Polarizing Trinocular Microscope Eyepieces And Magnification Wide Field Wf10x(¦µ22mm) • Dividing Eyepiece (field Number: ¦µ22mm) 0.10mm/div • Four Magnifications: 50x, 100x, 400x, And 600x Led Transmitted & Reflected • Trinocular Is Inclined 30 And Enable To Shoot In 100% Light Flux. • 10x Eyepiece Set. Pl 10x/22mm. High Eye-point For Ease Of Viewing When Wearing Eyeglasses. • Reverse Facing Quadruple Nosepiece! A Better Design That Allows Easier Access To The Slides Since Objectives Are Pointed Out Of The Way! • Objective Centering Screws On Nosepiece For Precise Alignment. Head – Interpupillary Distance – Diopter • Inclined Trinocular Head (easier To View Than 45 Deg. • Adjusts To The Distance Between Your Eyes: 50 To 80mm Interpupillary Distance. • Diopter Adjustment To Correct For Your Specific Vision Needs. Illuminating System • 3w Led, Brightness Enable Control. • Polarizer Can Be Rotated 360°. • Analyzer Can Be Rotatable 360° With Scale And Minimum Vernier. • Integrated Field And Aperture Diaphragm. Focus System • Coaxial Fine And Coarse Focusing Knobs On Both Sides Of Microscope. • Coarse Adjustment Travel Range: 28mm. (stage Movement Distance Up/down). • Fine Adjustment Division: 0.002mm. • Adjustable Lock Ring Stop To Limit Coarse Range To Protect Slides. • Tension Adjustable Coarse Focusing. • W/ 14mp Hdmi Camera Qty: 1 Unit: Unit 11. Muffle Furnace Size: 680"910 870 External Material: Cold Rolled Steel Carbon Steel Spraying Lnternal Material:ceramic Inner Chamber Weight : 111kg Voltage: 110v-220v Product Name: Muffle Furnace Max.temp.(c): 1300 Capacity(l): 6 Temp.accuracy: ±1℃ Consumption(kw): 6 Power Supply: 220/380v±10%,50/6ohz Heating Rate: 0-30℃/min Rising Time(empty): 30 Minutes Temp.uniformity: ±5℃ Heating Element: Nickel Chromium Alloy Wire Qty: 1 Unit: Unit
Closing Date10 Apr 2025
Tender AmountPHP 5.9 Million (USD 104.5 K)
BULACAN AGRICULTURAL STATE COLLEGE Tender
Machinery and Tools
Corrigendum : Closing Date Modified
Philippines
Details: Description Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Procurement Of Goods 2025-04g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment) Fy 2025 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B. Specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign- Assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations 4 Section I. Invitation To Bid 7 Section Ii. Instructions To Bidders 10 1. Scope Of Bid 11 2. Funding Information 11 3. Bidding Requirements 11 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 11 5. Eligible Bidders 11 6. Origin Of Goods 12 7. Subcontracts 12 8. Pre-bid Conference 12 9. Clarification And Amendment Of Bidding Documents 12 10. Documents Comprising The Bid: Eligibility And Technical Components 12 11. Documents Comprising The Bid: Financial Component 13 12. Bid Prices 13 13. Bid And Payment Currencies 14 14. Bid Security 14 15. Sealing And Marking Of Bids 14 16. Deadline For Submission Of Bids 14 17. Opening And Preliminary Examination Of Bids 15 18. Domestic Preference 15 19. Detailed Evaluation And Comparison Of Bids 15 20. Post-qualification 16 21. Signing Of The Contract 16 Section Iii. Bid Data Sheet 17 Section Iv. General Conditions Of Contract 19 1. Scope Of Contract 20 2. Advance Payment And Terms Of Payment 20 3. Performance Security 20 4. Inspection And Tests 20 5. Warranty 21 6. Liability Of The Supplier 21 Section V. Special Conditions Of Contract 22 Section Vi. Schedule Of Requirements 24 Section Vii. Technical Specifications 28 Section Viii. Checklist Of Technical And Financial Documents 34 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Invitation To Bid For 2025-04g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment) 1. The Bulacan Agricultural State College, Through The General Appropriations Act Of 2025 Intends To Apply The Sum Of Four Million One Hundred Forty Thousand Pesos (php4,140,000.00) Being The Abc To Payments Under The Contract 2025-04g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bulacan Agricultural State College Now Invites Bids For Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment). Delivery Of The Goods Is Required With Contract Duration Of Ninety (90) Calendar Days. Bidders Should Have Completed, Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Bulacan Agricultual State College And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8am To 4:30pm Monday To Friday, Except Those Declared As Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 4, 2025 To April 23, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting The Receipt Upon Submission Of Their Bid Documents. 6. The Bulacan Agricultural State College Will Hold A Pre-bid Conference1 On April 11, 2025, 09:00 Am Am Via Zoom Platform (meeting Id: 884 9404 6972, Passcode: Basc2025) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 08:30 Am Of April 23, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On April 23, 2025, 09:00 Am At The Conference Room, Farmers’ Training Center, Basc, San Ildefonso, Bulacan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Observers Will Be Invited To Attend And Witness The Bid Proceedings. 11. The Bulacan Agricultural State College Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Rona Angela O. Clarin Bac Secretariat Head Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan (044) 697-1240 And 0923-108-1526 Ronaangela_clarin@basc.edu.ph Www.basc.edu.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://www.basc.edu.ph April 4, 2025 (sgd) Ronald Reagan T. Alonzo,ph.d. Bac Chairperson 1 May Be Deleted In Case The Abc Is Less Than One Million Pesos (php1,000,000) Where The Procuring Entity May Not Hold A Pre-bid Conference. Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Bulacan Agricultural State College Wishes To Receive Bids For The Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment) With Identification Number 2025-04g. The Procurement Project (referred To Herein As “project”) Is Composed Of Thirteen (13) Items The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For The Fiscal Year 2025 In The Amount Of Of Four Million One Hundred Forty Thousand Pesos (php4,140,000.00). 2.2. The Source Of Funding Is: A. Nga, The General Appropriations Act Of 2025 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. Not Applicable. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Through Videoconferencing/webcasting As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within The Last Five (5) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex- Warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration2 Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until 120 Days From The Opening Of Bids. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The Original Of The First And Second Components Of Its Bid And Plus Two (2) Copies Of Each Kind, Labeled As Copy 1 And Copy 2. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 2 In The Case Of Framework Agreement, The Undertaking Shall Refer To Entering Into Contract With The Procuring Entity And Furnishing Of The Performance Security Or The Performance Securing Declaration Within Ten (10) Calendar Days From Receipt Of Notice To Execute Framework Agreement. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As One Project Or Per Lot Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.1. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply, Delivery, And Installation Of Laboratory Equipment B. Completed Within Five (5) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Bid Prices Of Goods And Services Supplied From Outside Of The Philippines Shall Be Quoted In Philippine Pesos. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Php82,800.00. [(2%) Of The Abc] If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Php207,000.00. [(5%) Of The Abc], If Bid Security Is In Surety Bond. 19.3 The Project Will Be Awarded As A Single Project. 20.2 1. Income Tax Return (form 1701/1702) With Audited Financial Statement., 2. Business Tax Return (forms 2550m And 2550q) Prior To Opening Of Bids Filed Thru Electronic Filing And Payment System (efps). Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted. 21.2 Not Applicable Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: For Goods Supplied From Abroad, “the Delivery Terms Applicable To The Contract Are Ddp Delivered At The Bulacan Agricultural State College, Pinaod, San Ildefonso, Bulacan. In Accordance With Incoterms.” For Goods Supplied From Within The Philippines, “the Delivery Terms Applicable To This Contract Are Delivered At The Bulacan Agricultural State College, Pinaod, San Ildefonso, Bulacan. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Ms. Rona Angela O. Clarin, Basc Property Officer. Incidental Services – No Further Instructions. Spare Parts – No Further Instructions. Packaging – No Further Instructions. Transportation – The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – No Further Instructions. 2.2 The Terms Of Payment Shall Be As Follows: Upon Certification Of Complete Delivery Of Items By The End User And Basc Inspection Team.” 4 The Inspections And Tests That Will Be Conducted Are: On Site Testing Of All Items To Be Procured. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Numbe R Description Quan Tity Delivered, Weeks/months 1 Multiwater Parameter Quality Instrument 1 Pc Ninety (90) Calendar Days Auto Stable Built-in Barometer Auto Buffer Recognition For Us And Nist Buffers Connectivity: Usb 2.0 User-upgradeable Software Via Usb And Website Data Manager Desktop Software Data Memory: 5,000 Data Sets (data, Date, Time, User-defined Info) Display: Graphic Display With Detailed Help; Backlit Display And Keypad Do Sensors: Polarographic Or Galvanic Field Sensors; Self- Stirring Polarographic Bod Sensor For The Lab With Needed Accessories Ysi Galvanic Dissolved Oxygen Sensor Ysi Ph (ise) Sensor Ysi Ammonium (ise) Sensor Ysi Nitrate (ise) Sensor Ysi Chloride (ise) Sensor 2 6-pack + Carousel Bundle Pipettors 1 Lot Ninety (90) Calendar Days (1) Pipette Adjustable 0.1-2.5μl (1) Pipette Adjustable 0.5-10μl (1) Pipette Adjustable 2-20μl (1) Pipette Adjustable 10-100μl (1) Pipette Adjustable 20-200μl (1) Pipette Adjustable 100-1000μl (1) Pipette Carousel For 6 Pipette 3 Digital Bottletop, Burette/dispenser; 50ml - Clear 2 Pcs Ninety (90) Calendar Days Clear Bottle Min Volume (ml)0.01 Max Volume (ml) 50 Division (ml)0.01 Accuracy±0.2% Reproducibility±0.1% Wetted Parts Borosilicate Glass, Ceramic, Etfe, Fep, Pfa, Platinum-iridium, Pp, And Ptfe 4 Digital Bottletop, Burette/dispenser; 50ml – Amber 2 Pcs Ninety (90) Calendar Days Amber Bottle Min Volume (ml)0.01 Max Volume (ml)50 Division (ml)0.01 Accuracy±0.2% Reproducibility±0.1% Wetted Parts Borosilicate Glass, Ceramic, Etfe, Fep, Pfa, Platinum-iridium, Pp, And Ptfe 5 Benchtop Meter, Ph Electrode, Conductivity/temp Probe, 1 Lot Ninety (90) Calendar Days With Software And Stand Ph Ph Range –2.000 To 20.000 Resolution 0.001, 0.01, 0.1 Ph Accuracy ±0.002 Ph Calibration Up To 6 (usa, Nist, Din, Or Custom Buffer Sets) Mv Connectors Bnc Range ±2000.0 Mv Resolution 0.1 Mv Accuracy ±0.2 Mv Calibration Offset Up To +150 Connectors Bnc Ise Range 0.001 To 19,999 Ppm Resolution 2 Or 3 Digits Accuracy 0.5% Full Scale (monovalent), 1% Full Scale (divalent) Calibration Up To 8 Points Connectors Bnc 6 Lcd Digital Magnetic Hotplate Stirrer 4 Pcs Ninety (90) Calendar Days 7 X 7 In. Magnetic Hot Plate Stirrer Digital Speed Controlling, Max. Speed At 1500 Rpm Work Plate Temperature Is Optimized Up To 550°c. Two Rotating Knobs Enable Easy Adjustment Of Speed And Temperature Heat Only, Stir Only Or Heat And Stir Together Functions Remote Control Able, Providing Pc Control And Data Transmission 7 Phase Contrast And Dark Field Microscope 1 Pc Ninety (90) Calendar Days Head: Binocular Eyepieces: 10x/22mm Nosepiece: 5 Place Nosepiece Objectives: Plan Phase 10x, 20x, 40x, 100x Oil Stage: Mechanical Xy Condenser: Phase Turret Condenser - Brightfield, Ph1, Ph2, Ph3, Darkfield Focusing: Coarse & Fine Illumination: Halogen W/ Blue Filter Inclusions: Compatible Avr Initial Calibration Certificate 1 Year Warranty On Parts And Services 8 Digital Orbital Shaker 1 Pc Ninety (90) Calendar Days Digital Feedback Control Shaking Motion Orbital Motion Speed Range 10 ~ 300 Rpm Max. Load 10 Kg Amplitude Of Rotation (mm) 20, 30, 40 Available (30 As Factory Default) Motor Brushless Dc Motor Permissible Ambient Temperature Ambient +5 ~ 50℃ Permissible Relative Moisture 85% Timer & Alarm 99hr 59min (with Continuous Run.), Error Status & Timer-end Display Digital Lcd With Back-light Function Controller Programmable Digital Feedback Controller 9 Digital Reciprocating Shaker 10~300 Rpm, Low Noise With 1 Pc Ninety (90) Calendar Days Programmable Digital Feedback Control Shaking Motion Reciprocating Speed Range 10 ~ 300 Rpm Amplitude Of Rotation (mm) 20, 30, 40 Available Timer & Alarm 99hr 59min (with Continuous Run.), Error Status & Timer-end Display Digital Lcd With Back-light Function Controller Programmable Digital Feedback Controller With Jog-shuttle Switch (turn+pus) Program Function 10 Steps, 6 Programs Platform Universal Platform For Various Shapes & Size Of Flask Durable & Flexible Plastic Flask Holder Alarm (error Status And Timer-end) 10 Scientific Vortex Mixer 2 Pcs Ninety (90) Calendar Days - Deal For Mixing Solutions In Test Tubes Or Small Flasks With Circular, Oscillating Movement - Variable Speed Control Allows Slow Speed Shaking Action Up To High Speed Vortexing - Gentle Mixing To Re-suspending Pellet - Continuous-run Or Touch-activated Run Modes. - Powerful Motor For Efficient Mixing - Optimized Counterbalance System Minimizes Vibration. - Special Designed Silicon Feet Absorb Vibration At High Speeds. - Electronic Speed Control For Constant Speed Even During Changes In Load - Universal Head For A Variety Of Mixing Applications - Accepting Vessels Up To 76mm Diameter - Mbr(methyl Methacrylate Butadiene Rubber) Feet For Ultra Stability And Vibration Damping 11 Soil Color Book – For Soil - 10y And 5gy Soil Chart For Glauconite Soils, - 5r Soil Chart For Australia And Southeast Asia -7.5r Soil Chart For Tropical And Semi-tropical Soils. - Low Chroma “white” Page Shows Half Steps From 8.5 To 9.5 In Value With Chromas Of 1 And 2 For N, 7.5yr, 10yr, And 2.5y. - Page To Describe Carbonate, Silica, Gypsum, And Soluble Salt Precipitates And Evaporites -light Gray Pages To Decrease Sun Glare. 5 Pcs Ninety (90) Calendar Days 12 Laboratory Speed Blender (for Animal Or Plant Tissue) 16-speed Blender Large 40-oz (118ml) Glass Pitcher With A Plastic Lid. The Lid Can Also Be Used As A Convenient 60ml Mixing Cup. 2 Pcs Ninety (90) Calendar Days 13 Portable 60 Liters/day Dehumidifier For Laboratory Extraction Rate: 60 Liters/day At 80% Rh Power Rating: 920w, 220v, 60hz, Single Phase With Rollers Casters Refrigerant: R410a, 240g Rated Current: 4.3a Max Noise Level: 48db Bucket Capacity: 6.5 Liters Humidity Control Range: 35 To 80% Ambient Environment 5-32c 1 Pc Ninety (90) Calendar Days All Items Must Have: At Least 1 Year Warranty After Sales Services Installation / Assembly Training On How To Use And Maintain The Equipment [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of Section Vii. Technical Specifications Notes For Preparing The Technical Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Their Bids. In The Context Of Competitive Bidding, The Specifications (e.g. Production/delivery Schedule, Manpower Requirements, And After-sales Service/parts, Descriptions Of The Lots Or Items) Must Be Prepared To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Transparency, Equity, Efficiency, Fairness , And Economy In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation And Post-qualification Facilitated. The Specifications Should Require That All Items, Materials And Accessories To Be Included Or Incorporated In The Goods Be New, Unused, And Of The Most Recent Or Current Models, And That They Include Or Incorporate All Recent Improvements In Design And Materials Unless Otherwise Provided In The Contract. Samples Of Specifications From Previous Similar Procurements Are Useful In This Respect. The Use Of Metric Units Is Encouraged. Depending On The Complexity Of The Goods And The Repetitiveness Of The Type Of Procurement, It May Be Advantageous To Standardize The General Technical Specifications And Incorporate Them In A Separate Subsection. The General Technical Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Manufacturing Similar Goods. Deletions Or Addenda Should Then Adapt The General Technical Specifications To The Particular Procurement. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Equipment, Materials, And Workmanship, Recognized Philippine And International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Equipment, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure At Least A Substantially Equal Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Special Conditions Of Contract Or The Technical Specifications. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Technical Specifications To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished Or Tested, The Provisions Of The Latest Edition Or Revision Of The Relevant Standards And Codes Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure Substantial Equivalence To The Standards And Codes Specified Will Be Acceptable. Reference To Brand Name And Catalogue Number Should Be Avoided As Far As Possible; Where Unavoidable They Should Always Be Followed By The Words “or At Least Equivalent.” References To Brand Names Cannot Be Used When The Funding Source Is The Gop. Technical Specifications Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Multiwater Parameter Quality Instrument Auto Stable Built-in Barometer Auto Buffer Recognition For Us And Nist Buffers Connectivity: Usb 2.0 User-upgradeable Software Via Usb And Website Data Manager Desktop Software Data Memory: 5,000 Data Sets (data, Date, Time, User-defined Info) Display: Graphic Display With Detailed Help; Backlit Display And Keypad Do Sensors: Polarographic Or Galvanic Field Sensors; Self- Stirring Polarographic Bod Sensor For The Lab With Needed Accessories Ysi Galvanic Dissolved Oxygen Sensor Ysi Ph (ise) Sensor Ysi Ammonium (ise) Sensor Ysi Nitrate (ise) Sensor Ysi Chloride (ise) Sensor 2 6-pack + Carousel Bundle Pipettors (1) Pipette Adjustable 0.1-2.5μl (1) Pipette Adjustable 0.5-10μl (1) Pipette Adjustable 2-20μl (1) Pipette Adjustable 10-100μl (1) Pipette Adjustable 20-200μl (1) Pipette Adjustable 100-1000μl (1) Pipette Carousel For 6 Pipette 3 Digital Bottletop, Burette/dispenser; 50ml - Clear Clear Bottle Min Volume (ml)0.01 Max Volume (ml) 50 Division (ml)0.01 Accuracy±0.2% Reproducibility±0.1% Wetted Parts Borosilicate Glass, Ceramic, Etfe, Fep, Pfa, Platinum-iridium, Pp, And Ptfe 4 Digital Bottletop, Burette/dispenser; 50ml – Amber Amber Bottle Min Volume (ml)0.01 Max Volume (ml)50 Division (ml)0.01 Accuracy±0.2% Reproducibility±0.1% Wetted Parts Borosilicate Glass, Ceramic, Etfe, Fep, Pfa, Platinum-iridium, Pp, And Ptfe 5 Benchtop Meter, Ph Electrode, Conductivity/temp Probe, With Software And Stand Ph Ph Range –2.000 To 20.000 Resolution 0.001, 0.01, 0.1 Ph Accuracy ±0.002 Ph Calibration Up To 6 (usa, Nist, Din, Or Custom Buffer Sets) Mv Connectors Bnc Range ±2000.0 Mv Resolution 0.1 Mv Accuracy ±0.2 Mv Calibration Offset Up To +150 Connectors Bnc Ise Range 0.001 To 19,999 Ppm Resolution 2 Or 3 Digits Accuracy 0.5% Full Scale (monovalent), 1% Full Scale (divalent) Calibration Up To 8 Points Connectors Bnc 6 Lcd Digital Magnetic Hotplate Stirrer 7 X 7 In. Magnetic Hot Plate Stirrer Digital Speed Controlling, Max. Speed At 1500 Rpm Work Plate Temperature Is Optimized Up To 550°c. Two Rotating Knobs Enable Easy Adjustment Of Speed And Temperature Heat Only, Stir Only Or Heat And Stir Together Functions Remote Control Able, Providing Pc Control And Data Transmission 7 Phase Contrast And Dark Field Microscope Head: Binocular Eyepieces: 10x/22mm Nosepiece: 5 Place Nosepiece Objectives: Plan Phase 10x, 20x, 40x, 100x Oil Stage: Mechanical Xy Condenser: Phase Turret Condenser - Brightfield, Ph1, Ph2, Ph3, Darkfield Focusing: Coarse & Fine Illumination: Halogen W/ Blue Filter Inclusions: Compatible Avr Initial Calibration Certificate 1 Year Warranty On Parts And Services 8 Digital Orbital Shaker Digital Feedback Control Shaking Motion Orbital Motion Speed Range 10 ~ 300 Rpm Max. Load 10 Kg Amplitude Of Rotation (mm) 20, 30, 40 Available (30 As Factory Default) Motor Brushless Dc Motor Permissible Ambient Temperature Ambient +5 ~ 50℃ Permissible Relative Moisture 85% Timer & Alarm 99hr 59min (with Continuous Run.), Error Status & Timer-end Display Digital Lcd With Back-light Function Controller Programmable Digital Feedback Controller 9 Digital Reciprocating Shaker 10~300 Rpm, Low Noise With Programmable Digital Feedback Control Shaking Motion Reciprocating Speed Range 10 ~ 300 Rpm Amplitude Of Rotation (mm) 20, 30, 40 Available Timer & Alarm 99hr 59min (with Continuous Run.), Error Status & Timer-end Display Digital Lcd With Back-light Function Controller Programmable Digital Feedback Controller With Jog-shuttle Switch (turn+pus) Program Function 10 Steps, 6 Programs Platform Universal Platform For Various Shapes & Size Of Flask Durable & Flexible Plastic Flask Holder Alarm (error Status And Timer-end) 10 Scientific Vortex Mixer - Deal For Mixing Solutions In Test Tubes Or Small Flasks With Circular, Oscillating Movement - Variable Speed Control Allows Slow Speed Shaking Action Up To High Speed Vortexing - Gentle Mixing To Re-suspending Pellet - Continuous-run Or Touch-activated Run Modes. - Powerful Motor For Efficient Mixing - Optimized Counterbalance System Minimizes Vibration. - Special Designed Silicon Feet Absorb Vibration At High Speeds. - Electronic Speed Control For Constant Speed Even During Changes In Load - Universal Head For A Variety Of Mixing Applications - Accepting Vessels Up To 76mm Diameter - Mbr(methyl Methacrylate Butadiene Rubber) Feet For Ultra Stability And Vibration Damping 11 Soil Color Book – For Soil - 10y And 5gy Soil Chart For Glauconite Soils, - 5r Soil Chart For Australia And Southeast Asia -7.5r Soil Chart For Tropical And Semi-tropical Soils. - Low Chroma “white” Page Shows Half Steps From 8.5 To 9.5 In Value With Chromas Of 1 And 2 For N, 7.5yr, 10yr, And 2.5y. - Page To Describe Carbonate, Silica, Gypsum, And Soluble Salt Precipitates And Evaporites -light Gray Pages To Decrease Sun Glare. 12 Laboratory Speed Blender (for Animal Or Plant Tissue) 16-speed Blender Large 40-oz (118ml) Glass Pitcher With A Plastic Lid. The Lid Can Also Be Used As A Convenient 60ml Mixing Cup. 13 Portable 60 Liters/day Dehumidifier For Laboratory Extraction Rate: 60 Liters/day At 80% Rh Power Rating: 920w, 220v, 60hz, Single Phase With Rollers Casters Refrigerant: R410a, 240g Rated Current: 4.3a Max Noise Level: 48db Bucket Capacity: 6.5 Liters Humidity Control Range: 35 To 80% Ambient Environment 5-32c All Items Must Have: At Least 1 Year Warranty After Sales Services Installation / Assembly Training On How To Use And Maintain The Equipment [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of Section Viii. Checklist Of Technical And Financial Documents Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬛ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or ⬛ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬛ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬛ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬛ (f) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬛ (g) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬛ (h) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬛ (i) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After- Sales/parts, If Applicable; And ⬛ (j) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬛ (k) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬛ (l) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬛ (m) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬛ (n) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬛ (o) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. 25 Financial Component Envelope ⬛ (a) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬛ (b) Original Of Duly Signed And Accomplished Price Schedule(s). Bid Form Date: Project Identification No. To: Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan 3010 Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply And Delivery 2025-04g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment) In Conformity With The Said Bidding Documents For The Sum Of (php ) [total Bid Amount In Words And Figures] Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In The Bidding Documents Provisions And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below:3 Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per The Bidding Documents. We Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Name Of Project Of The Name Of The Procuring Entity] [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter’s Behalf For Name Of Project Of The Name Of The Procuring Entity]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This Day Of 2025. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of Price Schedule Name Of Bidder . Invitation To Bid Number Page Of . 1 2 3 4 5 6 7 8 9 10 Item Description Country Of Origin Quantity Unit Price Exw Per Item Transportation And Insurance And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col 9) X (col 4) 1 Multiwater Parameter Quality Instrument Auto Stable Built-in Barometer Auto Buffer Recognition For Us And Nist Buffers Connectivity: Usb 2.0 User-upgradeable Software Via Usb And Website Data Manager Desktop Software Data Memory: 5,000 Data Sets (data, Date, Time, User-defined I Display: Graphic Display With Detailed Help; Backlit Display And Do Sensors: Polarographic Or Galvanic Field Sensors; Self- Stirring Polarographic Bod Sensor For The Lab With Needed Accessories Ysi Galvanic Dissolved Oxygen Sensor Ysi Ph (ise) Sensor Ysi Ammonium (ise) Sensor Ysi Nitrate (ise) Sensor Ysi Chloride (ise) Sensor Nfo) Keypad 1 Pc 2 6-pack + Carousel Bundle Pipettors (1) Pipette Adjustable 0.1-2.5μl 1 Lot (1) Pipette Adjustable 0.5-10μl (1) Pipette Adjustable 2-20μl (1) Pipette Adjustable 10-100μl (1) Pipette Adjustable 20-200μl (1) Pipette Adjustable 100-1000μl (1) Pipette Carousel For 6 Pipette 3 Digital Bottletop, Burette/dispenser; 50ml - Clear 2 Pcs Clear Bottle Min Volume (ml)0.01 Max Volume (ml) 50 Division (ml)0.01 Accuracy±0.2% Reproducibility±0.1% Wetted Parts Borosilicate Glass, Ceramic, Etfe, Fep, Pfa, Platinum-iridium, Pp, And Ptfe 4 Digital Bottletop, Burette/dispenser; 50ml – Amber 2 Pcs Amber Bottle Min Volume (ml)0.01 Max Volume (ml)50 Division (ml)0.01 Accuracy±0.2% Reproducibility±0.1% Wetted Parts Borosilicate Glass, Ceramic, Etfe, Fep, Pfa, Platinum-iridium, Pp, And Ptfe 5 Benchtop Meter, Ph Electrode, Conductivity/temp Pro Be, 1 Pc With Software And Stand Ph Ph Range –2.000 To 20.000 Resolution 0.001, 0.01, 0.1 Ph Accuracy ±0.002 Ph Calibration Up To 6 (usa, Nist, Din, Or Custom Buffer Sets) Mv Connectors Bnc Range ±2000.0 Mv Resolution 0.1 Mv Accuracy ±0.2 Mv Calibration Offset Up To +150 Connectors Bnc Ise Range 0.001 To 19,999 Ppm Resolution 2 Or 3 Digits Accuracy 0.5% Full Scale (monovalent), 1% Full Scale (divalent) Calibration Up To 8 Points Connectors Bnc 6 Lcd Digital Magnetic Hotplate Stirrer Perature N 4 Pcs 7 X 7 In. Magnetic Hot Plate Stirrer Digital Speed Controlling, Max. Speed At 1500 Rpm Work Plate Temperature Is Optimized Up To 550°c. Two Rotating Knobs Enable Easy Adjustment Of Speed And Tem Heat Only, Stir Only Or Heat And Stir Together Functions Remote Control Able, Providing Pc Control And Data Transmissio 7 Phase Contrast And Dark Field Microscope 1 Pc Head: Binocular Eyepieces: 10x/22mm Nosepiece: 5 Place Nosepiece Objectives: Plan Phase 10x, 20x, 40x, 100x Oil Stage: Mechanical Xy Condenser: Phase Turret Condenser - Brightfield, Ph1, Ph2, Ph3 , Darkfield Focusing: Coarse & Fine Illumination: Halogen W/ Blue Filter Inclusions: Compatible Avr Initial Calibration Certificate 1 Year Warranty On Parts And Services 8 Digital Orbital Shaker & Timer-end 1 Pc Digital Feedback Control Shaking Motion Orbital Motion Speed Range 10 ~ 300 Rpm Max. Load 10 Kg Amplitude Of Rotation (mm) 20, 30, 40 Available (30 As Factory Default) Motor Brushless Dc Motor Permissible Ambient Temperature Ambient +5 ~ 50℃ Permissible Relative Moisture 85% Timer & Alarm 99hr 59min (with Continuous Run.), Error Status Display Digital Lcd With Back-light Function Controller Programmable Digital Feedback Controller 9 Digital Reciprocating Shaker 10~300 Rpm, Low Noise Wi Th & Timer-end 1 Pc Programmable Digital Feedback Control Shaking Motion Reciprocating Speed Range 10 ~ 300 Rpm Amplitude Of Rotation (mm) 20, 30, 40 Available Timer & Alarm 99hr 59min (with Continuous Run.), Error Status Display Digital Lcd With Back-light Function Controller Programmable Digital Feedback Controller With Jog-shuttle Switch (turn+pus) Program Function 10 Steps, 6 Programs Platform Universal Platform For Various Shapes & Size Of Flask Durable & Flexible Plastic Flask Holder Alarm (error Status And Timer-end) 10 Scientific Vortex Mixer Rcular, To Ges In Load Tability And 2 Pcs - Deal For Mixing Solutions In Test Tubes Or Small Flasks With Ci Oscillating Movement - Variable Speed Control Allows Slow Speed Shaking Action Up High Speed Vortexing - Gentle Mixing To Re-suspending Pellet - Continuous-run Or Touch-activated Run Modes. - Powerful Motor For Efficient Mixing - Optimized Counterbalance System Minimizes Vibration. - Special Designed Silicon Feet Absorb Vibration At High Speeds. - Electronic Speed Control For Constant Speed Even During Chan - Universal Head For A Variety Of Mixing Applications - Accepting Vessels Up To 76mm Diameter - Mbr(methyl Methacrylate Butadiene Rubber) Feet For Ultra S Vibration Damping 11 Soil Color Book – For Soil Value With Recipitates 5 Pcs - 10y And 5gy Soil Chart For Glauconite Soils, - 5r Soil Chart For Australia And Southeast Asia -7.5r Soil Chart For Tropical And Semi-tropical Soils. - Low Chroma “white” Page Shows Half Steps From 8.5 To 9.5 In Chromas Of 1 And 2 For N, 7.5yr, 10yr, And 2.5y. - Page To Describe Carbonate, Silica, Gypsum, And Soluble Salt P And Evaporites -light Gray Pages To Decrease Sun Glare. 12 Laboratory Speed Blender (for Animal Or Plant Tissu E) 2 Pcs 16-speed Blender Large 40-oz (118ml) Glass Pitcher With A Plastic Lid. The Lid Can Also Be Used As A Convenient 60ml Mixing Cup. 13 Portable 60 Liters/day Dehumidifier For Laboratory Ers 1 Pc Extraction Rate: 60 Liters/day At 80% Rh Power Rating: 920w, 220v, 60hz, Single Phase With Rollers Cast Refrigerant: R410a, 240g Rated Current: 4.3a Max Noise Level: 48db Bucket Capacity: 6.5 Liters Humidity Control Range: 35 To 80% Ambient Environment 5-32c All Items Must Have: At Least 1 Year Warranty After Sales Services Installation / Assembly Training On How To Use And Maintain The Equipment Grand Total (in Words) (in Figures) [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-04g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment) Location Of The Project : San Ildefonso, Bulacan List Of All Ongoing Government & Private Contracts Including Contracts Awarded But Not Yet Started Business Name : Business Address : Name Of Contract/project Cost A. Owner’s Name B. Address C. Telephone Nos. Nature Of Work Bidder’s Role A. Date Awarded B. Date Started C. Date Of Completion % Of Accomplishment Value Of Outstandingworks / Undeliveredportion Description % Planned Actual Government Private Note: This Statement Shall Be Supported With: Total Cost 1 Notice Of Award (for Government Projects) 2 Notice To Proceed (for Government Projects) 3 Contract Submitted By : (printed Name & Signature) Designation : Date : [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-04g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment) Location Of The Project : San Ildefonso, Bulacan Statement Of Single Largest Completed Contracts (slcc) In The Last Five (5) Years Business Name : Business Address : Name Of Contract A. Owner Name B. Address C. Telephone Nos. Nature Of Work Contractor’s Role A. Amount At Award B. Amount At Completion C. Duration A. Date Awarded B. Contract Effectivity C. Date Completed Description % Government Private Attached Herewith Are The Following Documents: Contract Agreement, Notice Of Award, Notice To Proceed, Official Receipt/invoice, Certificate Of Final Inspection, Certificate Of Good Performance And Certificate Of Acceptance, As Evidences In Support Of The Foregoing Information. Submitted By : (printed Name & Signature) Designation : Contract Agreement Form This Agreement Made The Day Of 20 Between [name Of Procuring Entity] Of The Philippines (hereinafter Called “the Entity”) Of The One Part And [name Of Supplier] Of [city And Country Of Supplier] (hereinafter Called “the Supplier”) Of The Other Part: Whereas The Entity Invited Bids For Certain Goods And Ancillary Services, Viz., [brief Description Of Goods And Services] And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of [contract Price In Words And Figures] (hereinafter Called “the Contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Referred To. 2. The Following Documents Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: (a) The Supplier’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g. Bidder’s Response To Clarifications On The Bid), Including Corrections To The Bid Resulting From The Procuring Entity’s Bid Evaluation; (b) The Schedule Of Requirements; (c) The Technical Specifications; (d) The General Conditions Of Contract; (e) The Special Conditions Of Contract; (f) The Performance Security; And (g) The Entity’s Notice Of Award. 3. In Consideration Of The Payments To Be Made By The Entity To The Supplier As Hereinafter Mentioned, The Supplier Hereby Covenants With The Entity To Provide The Goods And Services And To Remedy Defects Therein In Conformity In All Respects With The Provisions Of The Contract 4. The Entity Hereby Covenants To Pay The Supplier In Consideration Of The Provision Of The Goods And Services And The Remedying Of Defects Therein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of The Contract At The Time And In The Manner Prescribed By The Contract. In Witness Whereof The Parties Hereto Have Caused This Agreement To Be Executed In Accordance With The Laws Of The Republic Of The Philippines On The Day And Year First Above Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Supplier) 48 Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ) S.s. A F F I D A V I T I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee 49 (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 20 At , Philippines. Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. And His/her Community Tax Certificate No. Issued On At . Witness My Hand And Seal This Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission Notary Public For Until Roll Of Attorneys No. Ptr No. [date Issued], [place Issued] Ibp No. [date Issued], [place Issued] Doc. No. Page No. Book No. Series Of * This Form Will Not Apply For Wb Funded Projec 50 Bid Securing Declaration Form Republic Of The Philippines) City Of ) S.s. X X Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: [insert Name And Address Of The Procuring Entity] I/we4, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder’s Authorized Representative] [insert Signatory’s Legal Capacity] Affiant 51 Financial Documents For Eligibility Check Year 20 1 Total Assets 2 Current Assets 3 Total Liabilities 4 Current Liabilities 5 Net Worth (1-3) 6 Net Working Capital (2-4) The Net Financial Contracting Capacity (nfcc) Based On The Above Data Is Computed As Follows: Nfcc = [(current Assets – Current Liabilities) (15)] Minus Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. The Values Of The Domestic Bidder’s Current Assets And Current Liabilities Shall Be Based On The Latest Audited Financial Statements Submitted To The Bir. Nfcc = Php Submitted By: Name Of Bidder Signature Of Authorized Representative Over Printed Name Date: 52
Closing Date6 May 2025
Tender AmountPHP 4.1 Million (USD 74 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Sources Sought Notice Is For Planning Purposes Only And Shall Not Be Considered As An Invitation For Bid, Request For Quotation, Request For Proposal, Or As An Obligation On The Part Of The Government To Acquire Any Products Or Services. Your Response To This Sources Sought Notice Will Be Treated As Information Only. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of Contractor Submission Of Responses To This Announcement Or The Government Use Of Such Information. This Request Does Not Constitute A Solicitation For Proposals Or The Authority To Enter Negotiations To Award A Contract. No Funds Have Been Authorized, Appropriated, Or Received For This Effort.
the Information Provided May Be Used By The Department Of Veterans Affairs In Developing Its Acquisition Approach, Statement Of Work/statement Of Objectives And Performance Specifications. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Award A Contract Based On This Sources Sought Notice Or To Otherwise Pay For The Information Submitted In Response To This Sources Sought Notice.
the Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below.
documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition.
responses To This Notice Shall Include The Following:
(a) Company Name
(b) Address
(c) Point Of Contact
(d) Phone, Fax, And Email
(e) Uei Number
(f) Cage Code
(g) Tax Id Number
(h) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.)?
(i) Is Your Company Considered Small Under The Naics Code Identified Under This Ssn/rfi?
(j) Are You The Manufacturer, Distributor, Or An Equivalent Solution To The Items Being Referenced Above?
(k) If You Are A Large Business, Do You Have Any Designated Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available).
(l) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above Or An Equivalent Solution, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified?
(m) If You Intend To Subcontract Any Work On This Contract, What Portion Of The Total Cost Will Be Self-performed/will Be Performed By Your Organization? Please Provide Estimated Detailed Percentage Breakdowns Related To Subcontracted Work.
(n) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Number.
(o) If You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Items/solution You Are Providing Information For Available On Your Schedule/contract?
(p) Please Provide General Pricing Of Your Products/solution For Market Research Purposes
(q) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Number.
(r) Please Provide General Pricing Of Your Products/solution For Market Research Purposes
(s) Must Provide A Capability Statement That Clearly Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below.
statement Of Requirements
tissue Processors
kansas City Va Medical Center
description/specification/statement Of Requirements
intent: Kansas City Va Medical Center Is In Need Of Renting/leasing Two Tissue Processors To Use In The Preparation Of Tissue Samples Obtained From Veteran Patients. This Preparation Is Necessary To Produce Slides For Review By Pathologists For Diagnostic Purposes.
requirement: The Instrumentation Shall Have The Capability To Diffuse Solutions Into Biological Specimens To Ensure That Proper Embedding Occur.
new Equipment Shall Be Acquired For The Required Laboratory. Refurbished, Discontinued, Or Previously Owned Units Are Not Acceptable. The Equipment Models Being Offered Shall Be In Current Production As Of The Date This Offer Is Submitted. For Purposes Of This Solicitation, Current Production Shall Mean That The Clinical Laboratory Analyzer Model Is Being Offered As New Equipment.
general Requirements:
primary Analyzer(s) Base Equipment Offered That Shall Fully Support The Scope Of Operations (minimal Requirements).
operational And Technical Features- The Instrumentation Offered Shall Be Approved By The Food And Drug Administration (fda) And Have The Following
required Salient Characteristics
vacuum Infiltration Tissue Processor.
must Be A Floor Standing Model Not To Exceed The Following Dimensions: 32 X 28 X 61 Inch (width X Depth X Height).
must Be Moveable To Allow Access To Serviceable Parts For Staff And Service.
must Have Touchscreen Interface.
must Have A Process Capacity Of Up To At Least 400 Cassettes (blocks) Per Run.
must Have The Option Run Different Protocols Simultaneously On One Instrument.
must Provide The Option For Specimen Tracking System That Can Record Cassette Id And Quantity, As Well As User Id, In Order To Track Tissues Samples Loaded.
must Allow Use Of Commercially Available, Nonproprietary Brands Of Reagents And Reagent Substitutes.
must Have Reagent Tracking System Available To Track Reagent Type And Lot.
reagent Reservoirs Must Allow Easy Access For Changing Of Reagent Solutions.
must Have A Reagent Management System To Allow Rotation Of Solution Groups For Optimum Processing. The Reagent System Should Involve As Little Hands On As Possible For Safety (both Employee Exposure And Specimen Safety) Reasons. For Safety To Include Built In Systems To Minimize Exposure To Chemical Fumes.
instrument Must Track Reagent Quality And Concentration For Optimal Use.
instrument Must Automatically Rotate Reagents Based On Quality And Concentration.
hot Paraffin Is Exchanged Without Manual Handling.
must Be Capable Of Holding Up To 10 Processing Programs.
must Have A Battery Back-up System (ups) For Electrical Outages.
must Have Audible And Visually Displayed Alarms For System Malfunction.
must Allow For Delayed Start And End Times Of Processing With Auto-calculation.
installation Requirements
vendor Must Supply The Following Items In Sufficient Quantities For Initial Operation.
all Reagent Bottles With Attachments And Labels.
activated Carbon Filters.
metal Cassette Basket (baskets) With Handles And Dividers To Complete Up To A 300 Cassette (block) Run.
any Necessary Hoses.
any Other Parts And Reagents Needed To Allow For Immediate Training And Use After Installation. The Contractor Is Responsible For Any Missing Parts And Components Not Included In The Order To Carry Out The Installation.
method Performance/validation Requirements:
method Performance/comparison Shall Be At The Expense Of The Contractor, Shall Include Reagents And Be Consistent With Current Clinical Laboratory Standard Institute (clsi) Guidelines, College Of American Pathologists (cap) Standards And Related Federal Regulations.
support Features:
start-up Reagents. The Contractor Shall Provide All Reagents, Calibrators, Controls, Consumable/disposable Items, Parts, Accessories And Any Other Required To Establish Instruments For Operation For Performance Of Acceptance Testing. This Applies To All Equipment As Well As Additional Or Replacement Equipment Placed Under The Terms And Conditions Of This Contract. The Contractor Shall Perform/assist, To The Satisfaction Of The Government, All Validation Studies. The Contractor Shall Perform All Of The Statistical Analysis Provide A Hardcopy Of Data In An Organized, Clearly Comprehensible Format.
documentation:
a Current Editable Standard Operating Procedure Shall Be Provided.
a Printed, Electronic Copy Or Both, Of The Operator S Manual And Technical Manual Shall Be Provided.
the Document(s) Shall Be Formatted In Accordance With Current, Approved Clsi Guidelines. Electronic (cd Format).
at A Minimum, Electronic Copies Of Safety Data Sheets (sds) Shall Also Be Provided.
updates To All Procedure Manuals In Microsoft Word Format And Sds Sheets In Electronic Format Shall Be Provided When Package Inserts Are Modified.
training:
the Contractor Shall Provide An Instrument Training Program That Is Coordinated With And Timely To The Equipment Installation, Sufficient To The Size And Scope Of The Facility S Services. This Shall Include Training On The Operation Of The System, Data Manipulation, And Basic Trouble Shooting And Repair. If Applicable, Off-site Travel Shall Include The Cost Of Airfare, Room, And Board For Each Participant, If Applicable.
equipment Preventative Maintenance/repair Service.
the Contractor Shall Be Able To Provide Emergency Equipment Repair And Preventative Maintenance On Instrumentation, And Any Incremental Support/ancillary Equipment, E.g., Ups, Line Conditioner, Etc. Offered According To The Following Terms:
service Requirements
preventative Maintenance Will Be Performed As Frequently As Published In Manufacturer S Operator S Manual And Within 2 Weeks Of The Scheduled Due Date.
a Technical Assistance Center Shall Be Available By Telephone 24 Hours Per Day, 7 Days Per Week With A Maximum Call Back Response Time Of 1 Hour(s).
equipment Repair Service Shall Be Provided During Core Business Hours. Core Business Hours Are 8:00 Am To 5:00 Pm. Certain Circumstances May Dictate The Need For Repair Service To Be Conducted Outside Routine Business Hours. All Such Arrangements Shall Be Coordinated Between The Contractor And Va Laboratory Personnel.
equipment Repair Response Time Shall Be On The Same Day Or No More Than 24 Hours.
service Must Be Provided By A Local Technician
a Malfunction Incident Report Shall Be Furnished To The Laboratory Upon Completion Of Each Repair Call. The Report Shall Include, As A Minimum, The Following:
date And Time Notified
date And Time Of Arrival
serial Number, Type, And Model Number Of Equipment
time Spent For Repair And Proof Of Repair That Includes Documentation Of A Sample Run Of Quality Control Verifying Acceptable Performance.
each Notification For An Emergency Repair Service Call Shall Be Treated As A Separate And New Service Call.
vendor Will Supply Any Parts Necessary To Keep The Equipment Operational.
if Upgrades Or Changes In Technology Render A Piece Of Equipment No Longer Necessary, Contractor Shall Remove Said Piece At Contractor S Expense.
upgrades - The Contractor Shall Provide Upgrades To Both The Equipment Hardware And Software To Maintain The Integrity Of The System And The State-of The Art Technology, At No Additional Charge To The Government. These Shall Be Provided As They Become Commercially Available And At The Same Time As They Are Being Provided To Commercial Customers. This Requirement Only Applies To System Upgrades That Enhance The Model Of Equipment Being Offered, I.e. New Version Of Software, Correction Of Hardware Defect, Upgrade Offered To Commercial Customers At No Additional Charge, Upgrade To Replace Model Of Equipment No Longer Contractor Supported, Etc. This Does Not Refer To Replacing The Original Piece Of Equipment Provided Under The Contract; However, It Does Refer To Significant Changes In The Hardware Operational Capability.
ancillary Support Equipment - The Contractor Shall Provide, Install, And Maintain Through The Life Of The Contract, As Indicated, Any And All Ancillary Support Equipment To Fully Operate The Analyzer As Defined In These Specifications, E.g. Cabinetry To Support/house The Analyzer (if Necessary), Filters, Preventative Maintenance, And Repair, Etc.), Printers And Universal Interface Equipment, Ups And Ups Batteries, Line Conditioners, Etc. In Addition, The Contractor Shall Include All Ancillary Components That Are Customarily Sold Or Provided With The Model Of Equipment Proposed, E.g. Starter Kits, Tables/stands, Etc.
commercial Offerings - The Contractor Shall Provide Any Additional Support Material That Is Routinely Provided To Equivalent Commercial Customers And Assists In Regulatory Compliance, E.g., Computer Disc Containing Their Procedure Manual In Clsi Format Or An On-line Procedure Manual In The Instrument Software.
characterization Of Waste The Contractor Shall Provide Documentation That It Has Characterized The Hazardous Nature Of All Wastes Produced By All Equipment, Devices, Reagents, And Discharges In Accordance With The Requirements Of The Code Of Federal Regulations Title 40 Protection Of The Environment Part 261 Et Seq. And Applicable State And Local Requirements. Documentation Shall Include A Description Of The Characteristics Of The Hazardous Waste Produced As A Byproduct Of The Instrument Operations, Safety Data Sheets (sds) Meeting The Requirements Of The Occupational Safety And Health Administration (osha) And Environmental Protection Agency (epa), The Analytical Process Used To Determine The Hazardous Nature And Characteristics Of The Waste, And The Analytical Test Results. Testing Of Hazardous Waste Is To Be Done In Accordance With Testing Protocol Specified For Each Individual Waste As Described In The Code Of Federal Regulations Title 40 To Make A Determination If The Waste Is A Hazardous Waste Or Otherwise Regulated.
the Determination And Description Shall Address The Following:
waste Toxicity (reference 40 Cfr §261.11 And 40 Cfr §261.24)
waste Ignitability (reference 40 Cfr §261.21)
waste Corrosivity (reference 40 Cfr §261.22)
waste Reactivity (reference 40 Cfr §261.23)
hazardous Waste From Non-specific Sources (f-listed) (reference 40 Cfr §261.31)
discarded Commercial Products (acutely Toxic Or P-listed And Toxic Or U-listed) (reference 40 Cfr §261.33)
solid Waste (reference 40 Cfr §261.2)
exclusions (reference 40 Cfr §261.4)
the Contractor Will Provide Written Instructions And Training Material To Ensure Vha Laboratory Staff Are Trained As Needed To Properly Operate Devices With Special Emphasis To Managing And Disposing Of Hazardous Waste In Accordance With Epa And State Requirements. Additionally, The Training Provided By The Contractor Must Fulfill Resource Conservation And Recovery Act (rcra) Requirements For Training As Applicable To Devices.
contractor Shall Provide A Description Of All Wastes The Process Or Equipment May Discharge So That The Facility Can Determine Whether The Discharge Meets Local Publicly Owned Treatment Works (potw), State And Federal Discharge Requirements. At A Minimum The Characteristics Of Ignitability, Corrosivity, Reactivity And Toxicity As Defined In 40 Cfr §261 Must Be Determined And Documented. Any Mercury Containing Reagents Must Be Identified In Any Concentrations. All Test Results Shall Be Provided. All Listed Chemicals (f, U, K And P) Found In 40 Cfr §261 Shall Be Provided In Product Information And Their Concentrations Documented. For Those Materials With A Positive Hazardous Waste Determination, A Mechanism For The Laboratory To Meet Local Discharge Requirements (i.e. Mercury, Thimerosol And Formaldehyde) Must Be Developed And Sds Sheets Must Be Provided In Advance For Review. At A Minimum, Documentation Shall Include, But Not Be Limited To The Concentration/measures Of The Elements And Parameters Listed Below And Must Be Included With Vendor Response:
barium (total)
cadmium (total)
chromium (total)
copper (total)
cyanide (total)
lead (total)
mercury (total)
nickel (total)
silver (total)
zinc (total)
arsenic (total)
selenium (total)
tin (total)
ph
flash Point (to Higher Than 200â°f)
bod; Biochemical Oxygen Demand
the Documentation The Contractor Provides Will Be Used To Work With The Vamc And The Public And/or Private Organization (e.g., Potw) To Determine Whether Or Not The Waste From Each Device Can Legally Be Disposed Of Via The Sewerage System.
implementation/transition Timeframe - The Implementation Of The Services/requirements Described In This Solicitation Shall Be Completed No Later Than 120 Days After The Award Of The Contract. This Timeline Is Based On A Reasonable Attempt Of The Contractor To Complete All Of The Necessary Implementation Requirements Within The Stated Timeframe. Contractor Shall Not Be Penalized For Implementation Timelines That Extend Beyond The 120-day Timeframe If The Extension Is Through No Fault Of The Contractor And Is A Result Of Delays Due To The Government.
upon Award Of A Contract, The Transition Period For The Awarded Contract To Have All Equipment And Peripherals Installed And Operational By April 30 Or Mutually Agreed Upon Date. During This Same Period All Initial Training Of Va Personnel In The Operation And Maintenance Of Said Award Shall Also Be Completed.
contractor Shall Provide With Its Quotation An Implementation Plan For Installation Of New Equipment. The Plan Should Include Installation And Training Of Personnel, Transition Of All Testing Materials, Reagents, And Supplies, Etc., Performance Of All Correlations And Validations. Failure Of The Contractor To Conform To The Transition Period Shall Be Considered As Sufficient Cause To Terminate Contract For Cause Under The Termination For Cause Clause Of The Contract.
at The End Of 120 Days From Award Of The Contract, The Awarded Contractor Shall Have Full And Sole Responsibility For Services Under The Awarded Contract.
standard And Quality Of Performance- This Paragraph Establishes A Standard Of Quality Performance That Shall Be Met Before Any Equipment Listed On The Delivery Order [or Contract] Is Accepted By The Government. This Also Includes Replacement, Substitute Machines And Machines That Are Added Or Field Modified After A System Has Demonstrated Successful Performance. The Acceptance Period Shall Begin On The Installation Date. It Shall End When The Equipment Has Met The Standard Of Performance For A Period Of 30 Consecutive Calendar Days By Operating In Conformance With The Contractor S Technical Specification Of Effectiveness Of 90% Or More.
if Equipment Does Not Meet The Standard Of Performance During The Initial 30 Consecutive Calendar Days, The Standard Of Performance Tests Shall Continue On A Day-by-day Basis Until The Standard Of Performance Is Met For A Total Of 30 Consecutive Days.
if The Equipment Fails To Meet The Standard Of Performance After 90 Calendar Days From The Installation Date, The User May, At His/her Option, Request A Replacement Or Terminate The Order In Accordance With The Provisions Of Far 52.212-4 Entitled Termination For Cause. (the Contractor Shall Receive Revenue For Tests Reported During The 90-day Acceptance Period.)
operational Use Time For Performance Testing For A System Is Defined As The Accumulated Time During Which The Machine Is In Actual Use. System Failure Downtime Is That Period Of Time When Any Machine In The System Is Inoperable Due To Equipment Failure. Downtime For Each Incident Shall Start From The Time The Government Makes A Bona Fide Attempt To Contact The Contractor S Designated Representative At The Prearranged Contact Point Until The System Or Machine(s) Is Returned To The Government In Proper Operating Condition.
during The Performance Period For A System, A Minimum Of 100 Hours Of Operational Use Time With Productive Or Simulated Work Shall Be Required As A Basis For Computation Of The Effectiveness Level. However, In Computing The Effectiveness Level, The Actual Number Of Operational Use Hours Shall Be Used When More Than The Minimum Of 100 Hours.
the Government Will Maintain Daily Records To Satisfy The Requirements Of The Standard And Quality Of Performance Section And Shall Notify The Contractor In Writing Of The Date Of The First Day Of The Successful Period Of Operation. Operations Use Time And Downtime Shall Be Measured In Hours And Whole Minutes.
during The Term Of The Contract, Should The Repair Record Of Any Individual Piece Of Laboratory Equipment Reflect A Downtime Of 10% Or Greater Of The Normal Working Days In One Calendar Month, A Determination Shall Be Made By The Cor And/or Contracting Officer To Replace The Malfunctioning Equipment With New Equipment. The Responsibility For Maintaining The Equipment Furnished In Good Condition In Accordance With Manufacturer S Instructions, Shall Be Solely That Of The Contractor. The Same Terms And Conditions Apply To Ancillary/support Equipment Provided Under This Contract, I.e., Water System Ups, Etc.
government S Responsibility- The User Will Perform Routine Maintenance And Cleaning As Required In The Manufacturer S Operation And Maintenance Instructions. The User Shall Maintain Appropriate Records To Satisfy The Requirements Of This Paragraph.
ownership Of Equipment- Title To The Equipment Shall Remain With The Contractor. All Accessories (unused Consumables, Etc.) Furnished By The Contractor Shall Accompany The Equipment When Returned To The Contractor. The Contractor, Upon Expiration Of Order(s), At Termination And/or Replacement Of Equipment, Shall Remove The Equipment. The Contractor Shall Disconnect The Analyzer (gas, Water, Air, Etc.) And Shall Be Responsible For All Packing And Shipping Required To Remove The Analyzer.
as Applicable, The Contractor Will Identify If Removable Media Is Required To Perform Their Duties. The Clinical Engineering Department Will Ensure The Removable Media Is Scanned With Anti-virus Software Running Current Virus Definitions Prior To Connection To Any Medical Device/system. Any Contractor With Patient Sensitive Information That Is Imported Into The Removable Media Device For Any Reason Must Purge All Patient Sensitive Information Prior To Departure From The Facility.
contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Or Completion Of The Contract
as Applicable, All Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Contract Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor Or Any Person Acting On Behalf Of The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/subcontractors That Contain Va Information Must Be Retained By The Va For Sanitization Or Destruction Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Or Completion Of The Contract Or Disposal Or Return Of The It Equipment, Whichever Is Earlier.
as Applicable, Bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The Contractor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are:
contractor Must Accept The System Without The Drive.
va S Initial Medical Device Procurement Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or
va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase.
due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then;
the Equipment Contractor Must Have An Existing Baa If The Device Being Traded In Has Protected Health Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And
any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre-approved And Described In The Purchase Order Or Contract.
a Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Information Security Officer (iso) Needs To Maintain The Documentation.
important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Source Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To An Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Currently A Total Set-aside For Service-disabled Veteran Owned Small Business Firms Is Anticipated Based On The Veterans Administration Requirement With Public Law 109-461, Section 8127 Veterans Benefit Act.
however, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open.
any Response To This Source Selection From Interested Parties Must Be Received Nlt 02/07/2025, 1500 Pm Est.
attention: Arlie Lindsey, Contracting Specialist.
email: Arlie.lindsey@va.gov
please Reference 36c25525q0141 Tissue Processors Lease/rent Kcvamc In The Subject Line.
please Provide Your Unique Entity Id So That Your Organization Can Be Identified In Sam.gov And Vetbiz If Organization Is Claiming Sdvosb Preference.
only Organizations With An Active Sam.gov Account Can Be Considered.
utilize This Link To Either Start A New Registration Or To Renew The Organization S Registration.
https://sam.gov/content/home
Closing Date7 Feb 2025
Tender AmountRefer Documents
Caraga Regional Hospital Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2025-04-15 (27) Supply And Delivery Of Various Medical Equipment For Pediatric Department Approved Budget For The Contract: Php 5,700,000.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy 2025 Raf / Gaa Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Five Million Seven Hundred Thousand Pesos Only ( ₱ 5,700,000.00 ) As To Payment Under The Contract For Supply And Delivery Of Various Medical Equipment For Pediatric Department. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding To Wit: Line Item No. Description Qty Unit Of Measurement Unit Cost Total Cost 1 Radiant Warmer With Resuscitaire 1 Unit ₱ 3,200,000.00 ₱ 3,200,000.00 2 Transport Incubator 1 Unit ₱ 2,500,000.00 ₱ 2,500,000.00 Grand Total ₱ 5,700,000.00 Terms Of Reference For Radiant Warmer With Resuscitaire Description Patient Category Resuscitaire Is A Radiant Warmer With Resuscitation Components That Can Be Used In Labor And Delivery, The Nursery, And Surgical Settings. It's Designed To Help Caregivers Focus On Their Patients By Providing Warming Therapy And Emergency Resuscitation Equipment. Purpose Of Use Clinical Department /ward Pediatrics Department Technical Charateristics General Requirements Radiant Warmer With Dual Heating Elements Two Heat Sources - Radiant And Conductive Integrated Resuscitation Module Integrated Spo2 Integrated Weighing Scale Variable Height Adjustment Bed Tilt-continuous Up To 15° In Both Direction Bed Tilt Indicator On Screen Must Have An Integrated Weighing Scale With At Least 8 Tubing Grommets For Guiding Cables And Hoses To Patient Trolley With Four Double Castors With Locking Breaks With Integrated Work Light Dimmable To Three Intensity Levels Operating Volume At The Center Of The Mattress < 40db (a) Kangaroo Mode To Monitor The Patient's Temperature Outside The Radiant Warmer, Timer, Alarm Suppression Dimension Of Soft Bed Mattress Area 470 Mm X 750 Mm X-ray Tray Option With Soft Bed Mattress Integrated X-ray Tray, Operable From Both Sides Maximum Size For X-ray Cassette Or Detector 526 Mm X 511 Mm In X-ray Tray Operation 1. Radiant Warmer A. Radiant Warmer With Two Heating Elements For An Optimal And Even Heat Distribution On The Mattress B. Automatic Adaption Of The Radiant Warmer When The Mattress Is Tilted C. Radiant Warmer Setting: Off, 10% To 100% D. With Automatic Pre-warm Function E. With Skin Temperature Control In Radiant Warmer Operation 2. Skin Temperature Control A. Skin Temperature Measurement Ranges From 13 To 43°c B. Skin Temperature Setting: 34 To 38°c C. Can Connect And Display Second Skin Temperature Sensor For Thermo Monitoring Of Patient D. Can Set Alarm Limit For The Deviation Between The Central And Peripheral Skin Temperature Deviation 3. Resuscitation A. With Integrated Resuscitation Module With Gas Mixer For Blended O2 And Air B. Low Air Or O2 Alarm And Acoustic Signal C. Manual Bag Or T-piece Resuscitation Available D. Smooth Transition From T-piece To Automatic Ventilation Using Single Circuit E. 12 O'clock Setting Concept To Meet Recommended Guidelines F. With Automatic Ventilation To Free Up One Hand And Reduces Inconsistency During Resuscitation G. With Adjustable Respiratory Rate H. With Fixed I:e Ration Of 1:2 I. With Built-in Suction System J. Peep Setting: 0 To 15 Mmhg K. Pip Override: Above 30 Cmh2o L. Flow Control: 0 To 15 L/min M. Fixed Airway Pressure Limit 50 ± 5 Cmh2o N. Operating Noise During T-piece Resuscitation ≤ 40 Db Display 1. At Least 10" Colour Touchscreen Display 2. Different Views Available: Main View, L & D View Thermo Monitoring View, Family View 3. Graphical And Tabular Trend Display From 2 Hrs To 7 Days For Temperatures, Heating, Spo2, Patient's Weight Events 4. Display Configurable For Day And Night 5. Personalization Of User Interface With Configurable Patient Name, Id, Sex, Date Of Birth, Gestational Age And Personal Icon 6. Apgar Timer Integrated 7. Stopwatch Integrated With Time Stamps Apgar And Spo2 Pre-ductal Target Table 8. Import And Export Of Patient Data And Device Configuration To Other Devices Physical/chemical Characteristics Configuration: 1. Compatible Hanged Arm For Holding The Circuit 2. Should Have Caster With Braking System Operating Characteristics (ups) Input Capacity: 1000va/600w Input Voltage: 220/230/240v 1 Phase 50hz/60hz Output Socket: 4pcs With Back Up + 4 Pcs Surge Only Transfer Time: Typical 2-6ms Waveform (batt. Mode) Simulated Sine Wave Battery Type: Sealed, Maintenance-free Lead Acid Typical Recharge Time: 6-8 Hours Protection: Automatic Self-test & Discharge Protection, Replace Battery Indicator Back-up Time: 6-30 Minutes (depending On Computer Load) Accessories, Consumables, Spare Parts, Other Components Accessories Grommets: 4 Pcs Drawer: Large Drawer (two-way Opening) Iv Pole & Monitor Table Environmental Factors Context Dependent Requirements Temperature Operating: 0 To 40°c (without Ag And Co2 Module) 10 To 40°c (with Ag And Co2 Module) Storage: -20 To 60°c Humidity Operating: 15 To 95% (non-condensing) Storage: 10 To 95% (non-condensing) Barometric Operating: 427.5 To 805.5 Mmhg (57.0 To 107.4 Kpa Without Ag And Co2 Module) Storage: 120 To 805.5 Mmhg (16.0 To 107.4 Kpa Without Ag And Co2 Module) Training, Installation And Utilization Pre-installation Requirements Supplier To Perform Installation, Safety And Operation Checks Before Handover Requirements For Commissioning Local Clinical Staff To Affirm Completion Of Installation Training Of User/s Training Of Users And Biomed Staff In Operation And Basic Maintenance Shall Be Provided User Care To Demonstrate The Proper Cleaning And Disinfection With Provision Of Printed Cards Or Tags Beside The Unit Warranty And Maintenance Warranty 5 Years For Parts And Labor Documentation Documentation Requirements User, Technical And Maintenance Manuals To Be Supplied In English Language (hard And Soft Copy) Provide Certificate Of Calibration Upon Delivery/installation List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration And Inspection To Be Provided. Safety And Standards Risk Classification Environmental Friendly With Proper Waste Management International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada And Eu) Iso 14971:2007 Medical Devices -- Application Of Risk Management To Medical Devices Iec 60601-1:2012 Medical Electrical Equipment - Part 1: General Requirements For Basic Safety And Essential Performance Iec 60601-1-1:2000 Medical Electrical Equipment - Part 1-1: General Requirements For Safety - Collateral Standard: Safety Requirements For Medical Electrical Systems Iec 60601-1-2:2007 Medical Electrical Equipment - Part 1-2: General Requirements For Basic Safety And Essential Performance - Collateral Standard: Electromagnetic Compatibility - Requirements And Tests Iec 60601-2-21:2009 Specifies The Safety Requirements For Infant Radiant Warmers. This Particular Standard Amends And Supplements Iec 60601-1-:2005 Medical Electrical Equipment - Part 1: General Requirements For Basic Safety And Essential Performance. This Second Edition Cancels And Replaces The First Edition Published In 1994 And Its Amendment 1 (1996). This Edition Constitutes A Technical Revision. This Edition Of Iec 60601-2-21 Was Revised To Structurally Align With The 2005 Edition Of Iec 60601-1. Regional/local Standards Pass Fda Regulatory Requirement (certificate Of Product Registration) Other Requirements Supplier Must Have Technical Support In Mindanao Area With Support Facilities And Trained Personnel Delivery Period 90 Calendar Days From Receipt Of Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. Service Center Must Have Service Center Within Caraga Region, Cebu City, Cagayan De Oro Or Davao City Post Qualification Must Be Willing To Send Demo Unit To Caraga Regional Hospital And/or Site Visit To Nearest Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed) Terms Of Reference For Transport Incubator Description Patient Category The Purpose Of Transport Incubator Is Same To An Incubator Used In Intensive Care Unit. It Is Used To Provide A Desired Warm Environment To A Neonate To Reduce In Heat Loss To The Environment. There Is Situation When A Neonate Or Baby Has To Be Transferred Via Air Or Road From One Place To Other, Either In Search Of An Intensive Care Unit Or To A Different Hospital For A Different Therapy Itself. As These Neonates Or Baby Are Already Weak By Nature, And When They Are Ill, Their Condition Becomes Even More Delicate. Under These Circumstances, The Most Challenging Part Of Critical Care Is To Transfer The Baby Without Exposing Them To Temperature Gradient Of The Environment. This Is Achieved By Transferring The Baby In A Transport Incubator Which Maintains A Small Environment Or Required Temperature. Purpose Of Use Clinical Department /ward Pediatrics Department Features Main Features: With Head Access/slide Out Mattress Feature To Allow Quick And Easy Access To Baby For Intubation Or Cpr Hand-made Acrylic Hood Should Be Scratch Resistant To Maintain Transparency Over Time With Integrated Led Examination Light, That Gives High Quality Illumination For Visual Evaluation The High Hood Option Further Facilitates Access To Baby And Provides More Room For Larger Babies, Clinical Disposables (diapers, Blankets, Etc.) And Even More Uniform Air Flow And Temperature Distribution. Technical Specifications Dimensions And Weight Device Width Should Be No More Than 21 Inches Height At Least 20 Inches Weight Should Be Less Than 110 Lbs With Battery Included The Distance From Vertical Hood To Mattress Should Be Not Less Than 21 Cm Or 9 Inches (high Hood Option) Thermoregulation Double Walled Hood Permits Full Visibility And Provides An Effective Thermal And Sound Barrier From The Environment Warm-up Time <30min With Humidity Pad Added To Increase The Relative Humidity Within The Incubator Hood That Can Last Up To 10 To 12 Hours The Device Is Designed For Use With Patients Weighing Up To A Maximum Of 10 Kg (22 Lb) Air Temperature Setting Ranges From 22.0 °c - 38 °c (71 °f - 100 °f) Display, Alarm And Safety Features Visual And Audible Alarm If Temperature Alarm Limits Are Violated With 4 Led Indication Of Heater Power; At Least 25-100% Heater Power 4 Led Indication Of Heater Power; At Least 25-100% Displays Infant Temperature Illuminates Ac, Dc, Or External Dc With Alarm Indicators For High Temp, Power Fail, Sensor Fault, Heater Temp, Air Flow, Low Dc High Temperature Alarm If Incubator Air Temp. Is >39 ± 0.5° C The Sensor (temperature) Alarm Actuates If Sensor Fails The Heater Temperature Alarm Actuates If Heater Temp >77° C (170° F) The Power Fail Alarm Actuates If Ac Fails And No Dc Power Present, Activates If Unit Switches Ac To Dc The Air Flow Alarm Actuates During Fan Failure The Low Dc Alarm Actuates If Dc<10.5 Vdc, Or External 28 Vdc Falls Below 25.5 Vdc Nominal Silence/reset Button Must Silence The Audible Portion Of Alarms For 5 Minutes, Except Power Fail The Machine Automatically Resets Sensor & High Temp Alarms After 100% Conditions Corrected The Machine Must Reset Intermittent Power Alert If Unit Switches From Ac To Dc Current Ergonomics Port Doors The Tank Mount Permits Mounting Gas Cylinders With A Diameter At Least Up To 4.5 In (11.6 Cm) And Up To 34 In (85 Cm) In Length With Air Filter That Removes >99% Of Airborne Particles Greater Than 0.5 Micron Diameter Electrical Ac Power Requirements 220/240 V, 50/60/ Hz, Dc Power Requirements 26-30 V, 200 W (max) Battery Rechargeable Battery, 12 Vdc, 24 Ah Gel-type Battery (lead Acid) Battery Condition Status 4 Led Indication Of Battery Charge Condition At Least 25-100% Incubator Maintains A Differential Of 25 °c (77 °f) Between Ambient And Set Point For 90 Minutes On 1 Battery With Available 2nd Battery For Extended Hours Ups Input Capacity: 1000va Input Voltage: 220/230/240v 1 Phase 50hz/60hz Output Socket: 4 Pcs With Back Up + 4pcs Surge Only Transfer Time: Typical 2-6ms Waveform (batt. Mode) Simulated Sine Wave Battery Type: Sealed, Maintenance-free Lead Acid Typical Recharge Time: 6-8 Hours Protection: Automatic Self-test & Discharge Protection, Replace Battery Indicator Backup Time: 6-30minutes (depending On Computer Load) Technical Services As Follows: • Calibration Of The Unit Must Be Performed After Installation With Certificate • Service Call Within 24 Hours Maximum And Must Have Repair Facility In Mindanao Area • Preventive Maintenance For Every Quarter Until Warranty Expires • Service Kits And Consumables To Be Included For One Year Use • Supplier Must Deliver And Install The Unit Without Cost To The Owner Physical/chemical Characteristics • Easy And Safe Transport To Be Possible By Hand. Crash Resistant, Dust Proof. Accessories, Consumables, Spare Parts, Other Components • Double Wall • Skin Temperature Probe • Examination Lamp • 2 Access Doors, 2 Port Doors And 1 Iris Port • 6 Tubing Ports/grommets • 2 Infant Restraint Straps • Heavy Duty Oxygen Tank • Dc Cable • Humidity Pad Training, Installation And Utilisation Pre-installation Requirements Supplier To Perform Installation, Safety And Operation Checks Before Handover Requirements For Commissioning Local Clinical Staff To Affirm Completion Of Installation Training Of User/s Training Of End-users And Biomed Engineer Must Be Done On-site With Minimum Of 1 Day Period User Care To Demonstrate The Proper Cleaning And Disinfection With Provision Of Printed Cards Or Tags Beside The Unit Warranty And Maintenance Warranty • 5 Years For Parts And Labor Environmental Factors • Capable Of Being Stored Continuously In Ambient Temperature Of 0 To 50 Deg C And Relative Humidity Of 15 To 90% • Capable Of Operating Continuously In Ambient Temperature Of 10 To 40 Deg C And Relative Humidity Of 15 To 90% Documentation Documentation Requirements User, Technical And Maintenance Manuals To Be Supplied In English Language Service Manual In English List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration, Warranty And Inspection To Be Provided Safety And Standards International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada And Eu) Iso 14971:2007 Medical Devices -- Application Of Risk Management To Medical Devices Iec 60601-1:2012 Medical Electrical Equipment - Part 1: General Requirements For Basic Safety And Essential Performance Iec 60601-1-1:2000 Medical Electrical Equipment - Part 1-1: General Requirements For Safety - Collateral Standard: Safety Requirements For Medical Electrical Systems Iec 60601-1-2:2007 Medical Electrical Equipment - Part 1-2: General Requirements For Basic Safety And Essential Performance - Collateral Standard: Electromagnetic Compatibility - Requirements And Tests Iso 10993-10 Test For Skin Sensitization, Iso 10993-5 Test For In Vitro Cytotoxicity Delivery Period 90 Calendar Days From Receipt Of Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. Service Center Must Have Service Center Within Caraga Region, Cebu City, Cagayan De Oro Or Davao City. Post Qualification Must Be Willing To Send Demo Unit To Caraga Regional Hospital And/or Site Visit To Nearest Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed) Validity Of The Contract / Contract Termination: Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 12009 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specification And Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent (50%) Of The Abc To Be Bid. Slcc Must Be Within 5 Years From The Submission Of Bids. (based On The Completion Date). The Single Largest Completed Contract (slcc) Shall Be The Same Or Similar In Nature (like Rental Of Equipment, Medical Equipment), As Determined And Defined By The Bids And Awards Committee ( Bac ). For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 12009, Otherwise Known As The “new Government Procurement Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 25, 2025 To April 15, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference April 3, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/86142998199?pwd=wora2hc5ksfjutxhjatxmjwvf4zbor.1 Meeting Id: 861 4299 8199 Passcode: 611465 Deadline Of Submission Of Bids April 15, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids April 15, 2025 At 3:30 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/82249032996?pwd=2zkmgaxrhrb2ekthfzue2e0a04icbd.1 Meeting Id: 822 4903 2996 Passcode: 174719 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1uh89tkucb6lsfgjhf9i5kbgp6aguzgfy?usp=sharing Bidding Documents Php 10,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Philippine Bidding Documents Can Be Accessed In The Philgeps And All Form And Part Of This Invitation To Bid, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents E. Other Documents Essential Documents Required By This Procuring Entity And Ra 12009 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before April 15, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On April 15, 2025 At 3:30 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 12009 And Other Applicable Laws, Rules And Policy. 9. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 12009 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore, Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link: Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile Nos: Globe: 0953-9212-832 / Smart: 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Page: Caraga Regional Hospital – Bids And Awards Committee Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee
Closing Date15 Apr 2025
Tender AmountPHP 5.7 Million (USD 99.3 K)
Adela Serra Ty Memorial Medical Center Tender
Healthcare and Medicine
Philippines
Details: Description 1 Patient/cardiac Monitor With Central Monitoring Purpose Of Use: A Patient Monitor Is An Electronic Medical Device That Consists Of One Of More Monitoring Sensors, A Processing Component(s), And A Screen Display (also Called A "monitor") That Provide And Record For Medical Professionals A Patient's Medical Vital Signs (body Temperature, Blood Pressure, Pulse Rate And Respiratory Rate) Or Measurements Of The Activity Of Various Body Organs Such As Ecg Monitors, Anesthesia Monitors, Or Ekg Monitors. Department: Surgery Technical Characteristics Patient Monitor Specs: Large, Full-color Touchscreen Display (15" - 17" Or Larger), Offering With A Resolution Of 800x600 Pixels Or Better. With Intuitive Touch Controls. Provides Real-time Data Visualization For Critical Parameters With Easy-to-read Graphics And Customizable Settings. - Rechargeable Lithium Battery With A Minimum Of 100-130 Minutes Operating Time And A Charging Time Of <10 Hours." - Alarm Indicator- Multi-level Alarm System With Auditory And Visual Signals, Customizable Alarm Thresholds - St-segment Measurement Stores 128 Groups Of Arrythmia Data (8-second Ecg Waveform) - Stores At Least 168 Hours Of Trend Data, Customizable Storage Intervals. - Standard Configuration: Ecg, Hr, Resp, Nibp, Sp02, (2x) Temp, Lithium Battery - 12-lead Ecg, Recorder Compact And Portable Design, With Customizable Dimensions (company Offer) According To Brand Specifications. - Weight: Less Than 6 Kg - Power Supply: Power Voltage Ac 100-240v 50/60 Hz - Power Input <85va - Safety Class: Category I - An Optional Built-in Thermal Dot Array Recorder With Customizable Paper Speed And Trace Configuration - System Output: Ethernet Network Standard Rj45 Socket, Rf Wireless Lan: 433mhz Or Better, 10mw (option), Nurse Call Output, Analog Output (ecg Or Ibp), Defibrillator Option, Video Output Option - Alarm: 3 Level (low, Med, High), Indication: Auditory & Visual, Set Up: Default And Custom, Silence: All Alarms Can Be Silenced, Volume: 0-45~ 80-85~db Measured At 1 Meter - Trend: Store And Review 168 Hr. Trend Data And Maps Or Its Equivalent Supports A Wide Range Of Physiological Parameters, With Flexibility To Select From Ecg, Hr, Spo2, Nibp, Temp, Co2, Rr, Ibp, St, Etc. - Cycle Intervals Of Trend Storage 1sec, 5sec, 10sec, 1min, 2min, 3min, 4 Min, 5min, 10min, 15min, 20min, 30min - Store & Reviewing: Ecg (30 Minutes), Alarm: 1800 Groups Alarm Events Reviewing - Nibp: 1000 Groups Nibp Measurement; Arrythmia: 128 Groups Date (8-second Ecg Waveforms) - Environment: Working Temp (0-5~+40c) - Transportation And Storage Temperature: 20~+55 °c - Relative Humidity: Working <85% - Transportation And Storage: <93% - Atmospheric Pressure: Working 860~1060 Hpa - Transportation And Storage: 500~1060 Hpa - Ecg Measurement With Support For 3, 5, And 12 Leads, Hr Range Of 10-15-300 Bpm, With Accurate St Segment Analysis And Customizable Gain Settings - Lead Selection: I, Ii, Iii, Avr, Avf, V1~v6 (option) - Gain: Auto, 0.25x, 0.5x. 1.0x, 2.0x, 4.0x Insulation Breakdown Voltage: 4000vac 56/60hz (optional) - Sweep Speed 12.5mm/s, 25mm/s, 50mm/s - Hr Range: 10-15~300-350 Bpm - Hr Accuracy +1% Or +-bpm Whichever Is Greater - St Segment: Measurement Range (2.0mv~2.0mv), Resolution 0.01 Mv - Resp: Impedance Variation Method Between Ra-la (r-f), Measurement Range: 0~120-150rpm, Accuracy +-2rpm, Gain X1, X2, X4, Sweep Speed 6.25mm/s, 12. 5mm.s, 25mm/s - Temp: Measurement Range (25.0-50.0 C), Unit: Celsius Or Fahrenheit, Accuracy (+-0.1 To +-1c) Exclusive Of Probe), Connecting Cable: Compatible With Ysi-400 Or Its Equivalent - Sp02: Measurement Range (0~100.0) - Accuracy: At70~100%,+-2% -pr Range 25-30~250 Bpm - Pr Accuracy +-1% Or +1 1-2 Bpm, Whichever Is Greater - Nibp: Automatic Oscillometry Technique, - Range: Neonate (10~135 Mmhg), Accuracy Static +-2% Or +-3-+-5% Mmhg, Whichever Is Greater, Unit: Mmhg, Kpa, Pulse Rate Range: 40~240 Bpm, Intervals For Auto Measurement: 1,2,3,4,5,10,15,20,30,45,60,90; Minutes 2. 4. Hrs. Connectors - 1 Ac Power Connector - 1 Rj45 Network Connector - 1 Or 2 Usb 2.0 Connectors - 1 Vga Output Connector - 1 Multifunctional Output Connector (output Ecg, Nurse Call, And Defib. Synch. Signals) Standard Accessories: - 12-lead Ecg Snap Connector Cable, Nibp Adult Cuff, With Tube And Connector, Ecg Electrode Disposable (10), Nellcor Sp02 Sensor, Finger Probe, Reusable With Cable, Temperature Probe For Skin Reusable, Lithium Battery, Recording Paper, User Manual Wall Bracket In Patient Monitor Per Unit Patient Monitor Wall Mount Workstation Hospital Bracket 180-360-degree Rotation With A Basket For Patient Monitor Accessories Central Monitoring System Wired - Centralized Monitoring System That Supports Remote Surveillance For Up To 30 Patients, With Customizable Display Options And Support For High-definition Viewing - Easily Adjust Which Patients Are Viewed On Each Display And The Acuity Of Their Monitoring With Highly Customizable Views - 1 Unit At Least 50 50-inch Smart Tv With Stand And Wall Brackets - 1-unit Branded Computer System With At Least I5-i7 Processor With 32gb Of Ram And A Dedicated Video Card. At Least 4gb Gddr5, 24 24-inch Monitor, And Other Accessories Needed - 1-unit Wireless Lan Adapter - 1-unit 16ports Gigabit Switch - 1-unit 2kva Ups With Avr - Sterilization Process For Accessories Chemical Sterilization - Noncorrosive Chemical/disinfectant Or Its Equivalent Consumables/reagents - 100 Rolls Of Thermal Paper - 20 Packs Of Electrodes 100’s Spare Parts Per Unit - 5pcs Spo2 Wrap Sensor Neonate - 20pcs Nibp Cuff With Bladder Neonate - 1 Pc Extra Nibp Tubing - 2 Patient Ecg Cables - 1 Pc Temperature Probe Sensor - (2) Two Sets Of Spare Fuses Per Unit (if Non-resettable Fuses Are Used). - 1 Pc Spare Ecg Patient Cable Per Unit With Electrodes - Spare Spo2 Sensor Reusable 2 Pcs Newborn - 3 Pcs Spare Nibp Bladder With Cuff - 1 Pack Of Disposable Ecg Electrodes Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning - Supplier To Perform Installation, Safety, And Operation Checks Before Handover - Supplier Should Shoulder All Electrical And Data Wiring - Staff/end-user And Biomed Technician In Coordination With The Engineering Department To Affirm Completion Of Installation - Electrical, Cable Wiring, And Other Consumables Should Be Shouldered By Supplier Training End Users & Biomedical/engineers O For Bio-medical: Offsite 6 Biomed Technician Comprehensive Offsite Training Theoretical And Advance Troubleshooting Training Of Users In Operation, Basic And Advanced Maintenance Including Fares, Accommodation, And Meals On-site Training And Orientation For Machine Handling And Operation Upon Installation. - Training Of Users In Operation And Basic Maintenance, And Calibration Shall Be Provided - Supplier To Issue Certificate Of Training - Advanced Maintenance Tasks Required Shall Be Documented." User Care - Unit Layout To Enable Easy Cleaning And Sterilization Of All Surfaces. Warranty And Maintenance - 3 Years Warranty Of Service With Quarterly Visit - 3 Years Warranty Of Parts - Maximum Of Two Working Days Response Time For Every Technical Service Call Within The Warranty Period - 10 Years Availability Of Parts And Maintenance, And Services - Maintenance Tasks: Every Quarterly Preventive Maintenance Documentation Documentation Requirements *** User, Technical, And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of The Manufacturer, Supplier, And Local Service Agent To Be Provided Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada, And Eu) 2 Operating Table Electric & Hydraulic Type Features And Benefits: All Purpose Operating Table With Electrohydraulic Drive And Doubled Mechanohydraulic Drive Combined With Additional Accessories Sets Allows Full Range Of Surgery Operations Double Drive Secures High Reliability And Pauseless Performance In Case On Emergency Technical Specifications - Leg Section Adjustment - Manual Or Gas Spring (acceptable Both) - Remote Control - (basic Remote) - Additional Remote Control – Optional - Stainless Steel Column Casing - Operating Position Activated By Pedal - Optional (preferably Remote Or Button) - Stainless Steel Base Cover - Or Equivalent Coated Finish - Mechanically Bending Dorsal Section - Manual Or Motorized Acceptable - Head Section Adjustment - Manual Or Gas Spring Operated - Dorsal Tilt - Remote Or Manual Adjustment - Emergency Button - Optional But Preferred - Mechanohydraulic Drive - Electric-hydraulic Or Full Electric Acceptable - Safe Working Load - Minimum 200–250kg - Weight - Max 270kg (standard) - Longitudinal Table Top Shift - Minimum 300mm (preferably Remote Controlled) Accessories Per Unit - Traction Device Arm – Optional - Extension Arm (pair) – Optional - Pelvic Support – Standard - Lower Limb Support (pair) – Standard - Imaging Arm Board (1 Pc) – Standard (radiolucent Preferred) - Standard Armboard (1 Pair) – Standard - Anesthesia Screen With Clamp – Standard Standard Accessories (required) - Standard Armboard With Pad - Anesthesia Screen L-type - Imaging Arm Board (radiolucent If Possible) - Clamp For Accessories - Chest & Waist Support Optional Orthopedic Accessories - Traction Device Set - Carbon Fiber Knee Rest - Direct Traction Hook - Accessory Cart For Traction 1 Unit Ups With Avr At Least 2000va Up Sterilization Process For Accessories - Chemical Sterilization- Non Corrosive Chemical / Disinfectant" - Consumables / Reagents Warranty And Maintenance Warranty: 3 Years Warranty Maximum Of Two Working Days Response Time For Every Technical Service Call Within The Warranty Period Requirements For Commissioning - Supplier To Perform Installation, Safety And Operation Checks Before Handover - Staff/end-user And Biomed Technician In Coordination With The Engineering Department To Affirm Completion Of Installation Manufacturer / Supplier Should Have Iso Certificate For Quality Standard. Electrical Safety Conforms To Standards For Electrical Safety Conforms To Iec-61010" Documentation Documentation Requirements - User, Technical, And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) - Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. - List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. - List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance - Certificate Of Calibration And Inspection To Be Provided. - List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost - Contact Details Of The Manufacturer, Supplier, And Local Service Agent To Be Provided 3 Ecg Machine With Trolley Technical Characteristics Main Features - 12-lead Ecg Acquisition: Simultaneous 12-lead Acquisition For Comprehensive Cardiac Assessment. - Ai Interpretation: Utilizes Advanced Algorithms (e.g., Prague, Dxl) For Automated Interpretation, Enhancing Diagnostic Accuracy. - Diagnostic Display: High-resolution Color Touchscreen Display For Clear Visualization Of Ecg Waveforms. - Remote Control: Allows Remote Operation For Convenience And Infection Control. - Export To His: Seamless Integration With Hospital Information Systems For Efficient Data Management. - Barcode Reader: Facilitates Quick Patient Identification And Data Entry. - Battery Capacity: Sufficient Battery Life To Support Multiple Ecg Tests Before Recharging. - Examination Memory Capacity: Stores A Substantial Number Of Ecg Records For Easy Retrieval. Technical Parameters - Display: Touchscreen Interface For Intuitive Operation. - Keyboard: Combined Alphanumeric Keyboard And Touchscreen For Flexible Data Entry. - Battery Indicator: Audible And Visual Indicators For Low Battery Alerts. - Loose Lead Detection: Automatic Detection Of Disconnected Leads To Ensure Accurate Readings. - Paper Specifications: - Paper Size: Standard Size Compatible With Thermal Printers. - Paper Width: Typically, 210 Mm For Standard Ecg Paper. - Paper Type: Thermal-sensitive Paper For Clear, Long-lasting Prints. - Perforated Paper Dimensions: Standard Dimensions For Easy Handling. - Printer Resolution: Y-axis: 200 Dpi; X-axis: 500 Dpi For High-quality Prints. - Print Speed: Adjustable Speeds: 5, 10, 25, 50 Mm/s To Suit Clinical Needs. - Sensitivity Settings: Selectable: 2.5, 5, 10, 20 Mm/mv For Optimal Waveform Representation. - Lead Configuration: Standard Leads: I, Ii, Iii, Avr, Avl, Avf, V1–v6; Electrode Set: R, L, F, N, C1–c6. - Auto Mode Printing: Multiple Formats: 3, 4, 6, 12, 3x4+1, Etc., For Versatile Reporting. - Manual Mode Printing: Options: 3, 4, 6, 12 Leads For Customized Reports. - Long Mode Recording: Extended Recording Times: 1–10 Minutes For Detailed Analysis. - Record Length: - Auto Mode: Adjustable From 10 To 80 Seconds. - Long Mode: Up To 10 Minutes For Comprehensive Data Capture. - Saved Records: Stores Up To 100 Ten-second Ecg Recordings For Quick Access. Filters: - Adaptive Auto Filter: Automatically Adjusts To Minimize Artifacts. - Mains Filter: 50/60 Hz To Reduce Electrical Interference. - Muscle Filter: Selectable: 25, 35 Hz To Filter Out Muscle Noise. - Baseline Filter: Options: 3.2, 1.5, 0.6, 0.3, 0.1 Seconds For Baseline Correction. - Detection Capabilities: Includes Arrhythmia Detection, Pacemaker Detection, And Lead-off Detection. - User Profiles: Supports Unlimited User Profiles For Personalized Settings. Accessories Per Unit Standard Accessories: - 12-lead Patient Ecg Cable For Resting Ecg. - Reusable Chest Electrodes (suction Ball-type). - Extremity Clamps Reusable Electrodes. - Ecg Bag For Storage And Transport. Consumables: - Conductive Gel (2 Bottles). - Thermal Paper Rolls (5 Rolls). - Electrodes For Adults, Neonates, And Children. Spare Parts: - Spare Fuses (2 Sets). - Rechargeable Batteries. - Ecg Patient Cable With At Least 6 Leads. Other Components: - Transport Trolley With Lockable Casters. - Ups With Avr (at Least 1500va). - Adaptor If Needed. With Workstation - 1 Unit 24" Monitor - 1 Unit System Unit - Minimum 8-16 Processor (cpu) - Hdd: 1tb Or More - Memory: 16gb To 32gb Or More - Motherboard: Branded Ddr5 - Video Card: 4-8gb - Built-in Reporting Module (licensed Dicom Viewer) - 1 Unit Ups 2kva For Workstation - 1 Unit L-shape Table For Workstation - 1 Units Executive Table - 1-unit Dual Channel Speaker Software And Free License - Fully Assembled And Ready-to-install Ecg Machine. - Built-in Reporting Module (licensed Dicom Viewer). - No Expiration On Software License. Physical/chemical Characteristics - Mobility: Wheeled Trolley For Easy Transport. - Portability: Compact Design For Space-saving Storage. - Connection: Preferably Wired Patient Cable Connections For Reliability. Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning - Supplier To Perform Installation, Safety, And Operation Checks Before Handover - Supplier Should Shoulder All Electrical And Data Wiring - Staff/end-user And Biomed Technician In Coordination With The Engineering Department To Affirm Completion Of Installation - Electrical, Cable Wiring, And Other Consumables Should Be Shouldered By Supplier Warranty And Maintenance • 3 Years Warranty Of Service With Semi-annual Visit • 3 Years Warranty Of Parts • Maximum Of Two Working Days Response Time For Every Technical Service Call Within The Warranty Period 10 Years Availability Of Parts And Maintenance, And Services Maintenance Tasks: Every Semi-annual Preventive Maintenance Documentation Documentation Requirements *** User, Technical, And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of The Manufacturer, Supplier, And Local Service Agent To Be Provided Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada, And Eu) 4 Vital Sign Monitor "purpose Of Use; Vital Signs Monitor Is Available In Configurations With Your Choice Of Spo2, Nibp And Temperature. The Portable Monitor Has Multi-parameter Functionality Suited For Out-patient Care And Doctor's Offices." Department: Hospital Main Features - Quick Temp Technology: Measures Body Temperature In Approx. 10–15 Seconds - 5.7 To 6.0-inch High-resolution Lcd Or Tft Color Display (640×480 Resolution Or Higher) - Flexible Configuration: Supports Ecg (if Applicable), Spo₂, Nibp, Pulse Rate, And Temperature - Portable Design, Lightweight (3–5 Kg) - Built-in Rechargeable Lithium-ion Battery With At Least 8–10 Hours Of Continuous Operation - Trend Table Display: Real-time Display With Data Trend Review For Minimum 8 Hours - Nurse Call Function With Programmable Alarm Limits - Bi-directional Communication With Central Station (wired Or Wireless Network Capability) - Suitable For Adult, Pediatric, And Neonatal Use - Optional Recorder With 48 Mm Width Printing Capability Technical Specifications Parameter Specification - Display 5.7–6.0-inch Lcd / Tft, Color Screen (640×480 Or Better) - Dimensions (l×w×h) Approx. 200–250 Mm (l) × 240 Mm (h) × 180–190 Mm (d) - Weight 3–5 Kg - Power Input 100–240 Vac, 50/60 Hz, ≤ 70 Va - Battery Type Lithium-ion, 14.8v Dc, ≥ 4400 Mah - Battery Run Time ≥ 8 Hours Continuous Monitoring - Charging Time < 6 Hours - Recorder Optional, 48 Mm Print Width Communication Ports Usb, Optional Lan/wifi (if Available) Internal Storage Stores Minimum Of 12,000 Groups Of Nibp Data Monitoring Parameters - Ecg (if Applicable): Standard 3/5 Lead Ecg Waveform With Alarm And Trend Storage - Spo₂: With At Least 2-year Sensor Warranty, High-accuracy Digital Processing - Nibp: Auto/manual/continuous Modes, Adjustable Intervals - Temperature: Quick-response, Digital Sensor (ear Probe Or Skin) - Pulse Rate: Derived From Spo₂ Or Nibp Functionality And Features - Real-time Waveform Display (spo₂, Ecg, Respiration If Applicable) - Audible And Visual Alarms For All Parameters With Adjustable Limits - Touchscreen/touchpad Interface (if Available) - Storage Of Patient Data For Trend Review - Supports Adult, Pediatric, And Neonatal Profiles Standard Accessories (per Unit) - 1 × Adult Nibp Cuff (washable) - 1 × Pediatric Nibp Cuff (washable) - 1 × Neonatal Nibp Cuff (washable) - 1 × Adult Spo₂ Sensor - 1 × Pediatric Spo₂ Sensor - 1 × Neonatal Spo₂ Sensor - 1 × Ecg Cable (if Applicable) - 1 × Thermometer Probe Or Sensor - 1 × Set Of Ear Thermometer Tips (20 Boxes Of 10 Pcs/box) Other Components (per Unit) - 1 × Transport Trolley With Basket - 1 × Ups With Avr (at Least 1000va) - 1 × Extension Wire, 5 Meters (standard Outlet Type) - 1 × Free Software & License (lifetime Use) - 1 × Adaptor If Required For Operation Notes Must Comply With Relevant Medical Safety Standards (e.g., Iec 60601) After-sales Support Must Be Available Locally Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** Supplier To Perform Installation, Safety, And Operation Checks Before Handover *** Supplier Should Shoulder All Electrical And Data Wiring *** Staff/end-user And Biomed Technician In Coordination With The Engineering Department To Affirm Completion Of Installation *** Electrical, Cable Wiring, And Other Consumables Should Be Shouldered By Supplier Warranty And Maintenance • 3 Years Warranty Of Service With Semi-annual Visit • 3 Years Warranty Of Parts • Maximum Of Two Working Days Response Time For Every Technical Service Call Within The Warranty Period 10 Years Availability Of Parts And Maintenance, And Services Maintenance Tasks: Every Semi-annual Preventive Maintenance Documentation Documentation Requirements *** User, Technical, And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of The Manufacturer, Supplier, And Local Service Agent To Be Provided Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada, And Eu) 5 Infusion Syringe Pump Specification(s): Users Friendly - Compact And Light Weight Design For Easy Carrying And Mounting - One Hand Operation” And Intuitive Keypad - Long Runtime Battery, For Emergency And Transfer, And Saves Electrical Sockets General Features - Compact And Lightweight Design For Easy Carrying And Mounting (max Weight: ≤1.8kg) - One-hand Operation And Intuitive Keypad/touch Interface - Supports Multiple Syringe Sizes: 5ml, 10ml, 20ml, 30ml, 50/60ml - Automatic Syringe Size Recognition - Preset Support For At Least 8 Syringe Brands (e.g., Bd, B. Braun, Terumo) - Self-test System With Auto-calibration - Long-life Rechargeable Lithium Battery, At Least 6 Hours @ 5ml/h, Optional Up To 12 Hours - Suitable For Adult, Pediatric, And Neonatal Patients - Includes Handle And Pole Clamp For Vertical Or Optional Horizontal Mounting - Built-in Alarm System With 8 Levels Adjustable Volume - Titration, Pause, And Keypad Lock Functions For Secure Operation - Includes History/event Memory: Minimum 1500 Events - Support For Nurse Call, Rs232, Wi-fi (optional), Dc Input, And Ambulance Use (en-1789 Compliant) Infusion Modes & Parameters Modes: Rate Mode, Time Mode, Body Weight Mode - Flow Rate Range: ▪ 5ml Syringe: 0.1–150 Ml/h ▪ 10ml Syringe: 0.1–300 Ml/h ▪ 20ml Syringe: 0.1–600 Ml/h ▪ 30ml Syringe: 0.1–900 Ml/h ▪ 50/60ml Syringe: 0.1–1500 Ml/h - Bolus/purge Rate: Up To 1500 Ml/h (based On Syringe Size) - Accuracy: ▪ Flow ≥1 Ml/h: ≤ ±2% ▪ Flow <1 Ml/h: ≤ ±3% - Kvo Rate: Adjustable, 0.1–5.0 Ml/h - Vtbi (volume To Be Infused): 0.1–9999 Ml (increment: 0.1 Ml) - Accumulated Volume: 0.1–9999 Ml Display & Interface - 3.0” Lcd Screen Or Better, Monochrome Or Color - Resolution: At Least 240 × 128 Pixels - Clear Real-time Flow Data And Pressure Display - Display Alarm History And Last Configuration Alarms & Safety Audible And Visual Alarms For: ▪ Vtbi Done / Near Done ▪ Kvo Finished ▪ Syringe Empty / Near Empty / Disengaged ▪ Occlusion (low/medium/high Sensitivity Selectable) ▪ Low Battery / Ac Disconnected ▪ System Errors Or Abnormalities Occlusion Pressure Levels: ▪ Low: ~300±75 Mmhg ▪ Medium: ~525±75 Mmhg ▪ High: ~900±135 Mmhg - Anti-bolus Protection - Safety Classification: Cf, Class I, Ip Grade ≥ Ip24 Connectivity & Expansion - Docking Station Support (optional Or Included) - Rs232 Port, Wi-fi (optional) - Supports Communication With Hospital His/cis (optional) - Optional Drug Library With At Least 200 Drugs - Multi-language Support (minimum 5 Languages Including English) Power Supply - Input: 100–240v Ac, 50/60hz - Battery: Rechargeable Lithium-ion - Runtime: At Least 6 Hours @ 5ml/h - Charging Time: <5 Hours Environmental Conditions - Operating Temp: 0–40°c - Storage Temp: -40–70°c Humidity: ▪ Operating: 15–95% ▪ Storage: 10–95% Atmospheric Pressure: ▪ Operating: 57–106 Kpa ▪ Storage: 50–106 Kpa Standard Accessories Per Unit - 1 × Power Adapter - 1 × Pole Clamp - 1 × Operator’s Manual - 1 × Rechargeable Battery (pre-installed) Optional: Transport Trolley After-sales Support Must Be Available Locally Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** Supplier To Perform Installation, Safety, And Operation Checks Before Handover *** Supplier Should Shoulder All Electrical And Data Wiring *** Staff/end-user And Biomed Technician In Coordination With The Engineering Department To Affirm Completion Of Installation *** Electrical, Cable Wiring, And Other Consumables Should Be Shouldered By Supplier Warranty And Maintenance • 3 Years Warranty Of Service With Semi-annual Visit • 3 Years Warranty Of Parts • Maximum Of Two Working Days Response Time For Every Technical Service Call Within The Warranty Period 10 Years Availability Of Parts And Maintenance, And Services Maintenance Tasks: Every Semi-annual Preventive Maintenance Documentation Documentation Requirements *** User, Technical, And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of The Manufacturer, Supplier, And Local Service Agent To Be Provided Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada, And Eu 6 Stretcher Hydraulic Type Department: Hospital Features - Load Capacity: Minimum 250 Kg (550 Lbs) - Full-length X-ray Translucent Platform For Imaging Compatibility - Hydraulic Actuators With Protective Dust Cover - Backrest Adjustable Via Gas Spring Assist - Knee Gatch Adjustable Via Manual Stowable Crank - Collapsible Side Rails For Patient Transfer And Access - Side Rails Lock Securely In Upright Position For Patient Safety - Integrated Storage Compartment At Base For E-cylinder Oxygen Tanks And Personal Belongings - Dual Brake Pedals Located At Both Head And Foot Sections - 200 Mm (8”) Swivel Castors With Central Locking System - Retractable 125 Mm (5”) Fifth Wheel For Enhanced Maneuverability - Dual Side-mounted Foot-operated Hydraulic Control Pedals - Supplied With Removable, Telescoping Iv Pole - Built-in Ergonomic Push Handles, Foldable For Storage - Equipped With Shock-absorbing Roller Bumpers - Designed For Use In Emergency Rooms, Recovery, Pre-operative, And Post-operative Areas Technical Specifications - Functions: Backrest, Knee Rest, Height Adjustment, Trendelenburg, Reverse Trendelenburg - Overall Dimensions (l × W × H): 2130 × 820 × 590 Mm (84” × 32” × 23”) - Height Adjustment Range: 590 Mm – 910 Mm (23” – 36”) - Backrest Adjustment Range: 0° – 80° - Footrest Adjustment Range: 0° – 35° - Trendelenburg Angle: 0° – 15° - Reverse Trendelenburg Angle: 0° – 15° - Castor Diameter: 200 Mm (8”) - Maximum Load Capacity: 250 Kg (550 Lbs) Optional / Included Accessories - Telescoping Iv Pole - Oxygen Tank Holder - Mattress (waterproof, Fire-retardant, Anti-bacterial – Optional/specify Separately) Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** Supplier To Perform Installation, Safety, And Operation Checks Before Handover *** Staff/end-user And Biomed Technician In Coordination With The Engineering Department To Affirm Completion Of Installation Warranty And Maintenance • 3 Years Warranty Of Service With Annual Visit • 3 Years Warranty Of Parts • Maximum Of Two Working Days Response Time For Every Technical Service Call Within The Warranty Period - 10 Years Availability Of Parts And Maintenance, And Services Maintenance Tasks: Every Annual Preventive Maintenance Documentation Documentation Requirements *** User, Technical, And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of The Manufacturer, Supplier, And Local Service Agent To Be Provided Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada, And Eu 7 Laryngoscope, Adult Purpose Of Use; A Laryngoscopy Is A Procedure Healthcare Providers Use To Examine Your Larynx (voice Box). This Is Performed With A Laryngoscope, A Thin Tube With A Light, Lens And A Video Camera That Helps Providers Look Closely At Your Larynx. Construction & Features - Cylindrical, Single-piece Handle With Anti-slip Ribbed Design, Diameter ≥15 Mm - Handle Supports Interchangeable Blades Of Various Sizes (macintosh And/or Miller) - Integrated On/off Switch On Handle - Handle Constructed From Non-ferrous, Corrosion-resistant Material - Handle Sealed To Resist Liquid Ingress (splash-proof) - Equipped With White Led Light Source - Uses Fiber Optic Technology To Transmit Light To Blade Tip - Stud-contact System Compatible With Iso 7376 (green System) - Blades Are Made Of High-quality Stainless Steel, Fully Autoclavable - Designed For Reusable Use In Clinical And Operating Room Settings Technical Characteristics - Handles (may Include Any Of The Following): Medium Handle: Compatible With Macintosh Blade Sizes 00–5 - Penlite Handle: Miller Size 4 - Overall Length: 205 Mm - Inside Base To Tip: 183 Mm - Stubby Handle: Miller Size 3 - Overall Length: 195 Mm - Inside Base To Tip: 173 Mm - Blades: Minimum Of 2 Stainless Steel Blades Included (macintosh And/or Miller) - Must Be Autoclavable At ≥134°c Sterilization Standard Accessories (included Per Unit) - 1 Pc Spare White Led Bulb Per Blade - 1 Set Rechargeable Battery (c Or D Format) And Charger Consumables (included Per Unit) - 1 Pc Spare White Led Bulb Per Blade - 2 Sets C Or D Size Batteries Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** Supplier To Perform Installation, Safety, And Operation Checks Before Handover *** Staff/end-user And Biomed Technician In Coordination With The Engineering Department To Affirm Completion Of Installation Warranty And Maintenance • 3 Years Warranty Of Service • 3 Years Warranty Of Parts • Maximum Of Two Working Days Response Time For Every Technical Service Call Within The Warranty Period - 10 Years Availability Of Parts And Maintenance, And Services Documentation Documentation Requirements *** User, Technical, And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of The Manufacturer, Supplier, And Local Service Agent To Be Provided Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada, And Eu 8 Laryngoscope, Pedia Purpose Of Use: A Laryngoscopy Is A Procedure Healthcare Providers Use To Examine Your Larynx (voice Box). This Is Performed With A Laryngoscope, A Thin Tube With A Light, Lens And A Video Camera That Helps Providers Look Closely At Your Larynx. Features And Materials - Cylindrical Handle, Single-piece, Ribbed Design, Diameter >15 Mm - Handle Must Accept Interchangeable Blades Of Various Sizes (macintosh And Miller) - Equipped With Robust On/off Switch - Made From Non-ferrous Metal, Sealed Against Ingress Of Fluids - Integrated Led Light Source (white Light) - Fiber Optic Light Transmission From Handle To Blade Tip - Uses Stud-contact System, Compliant With Iso 7376 (green Standard) - Blades Must Be High-grade Stainless Steel And Autoclavable Blade Types And Dimensions Miller Blade Lengths (straight Type): Size Length 00 45 Mm 0 55 Mm 1 80 Mm 2 130 Mm 3 170 Mm 4 180 Mm Macintosh Blade Lengths (curved Type): Size Length 0 80 Mm 1 92 Mm 2 116 Mm 3 135 Mm Handle Compatibility - Handle Type Compatible Blade Sizes - Medium Macintosh Sizes 0–4 - Penlite Miller Sizes 0–6 - Stubby Miller Sizes 0–3 Accessories (per Unit) - 3 Pcs Spare White Led Bulbs Per Blade - 1 Set Rechargeable Battery (c Or D Size) - 4 Battery Chargers (compatible With Included Battery Format) Sterilization & Reuse - All Blades And Handles Must Be Autoclavable At ≥134°c - Reusable Components Must Withstand Routine Clinical Sterilization Cycles Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** Supplier To Perform Installation, Safety, And Operation Checks Before Handover *** Staff/end-user And Biomed Technician In Coordination With The Engineering Department To Affirm Completion Of Installation Warranty And Maintenance • 3 Years Warranty Of Service • 3 Years Warranty Of Parts • Maximum Of Two Working Days Response Time For Every Technical Service Call Within The Warranty Period - 10 Years Availability Of Parts And Maintenance, And Services Documentation Documentation Requirements *** User, Technical, And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of The Manufacturer, Supplier, And Local Service Agent To Be Provided Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada, And Eu 9 Mechanical Bed (4 Cranks) Specification: Frame & Structure - Bed Frame: Heavy-duty Mild Steel (ms), Treated With Electrophoresis And Powder Coating For Corrosion Resistance - Platform: Ms Perforated Platform With Ventilation Holes For Airflow - Head & Footboards: Detachable With Easy Lock, Made Of Abs Or Stainless-steel Laminated Panels - Side Rails: Collapsible Metal Or Aluminum Alloy, Minimum Of 2 Pieces - Cranks: 4 Pieces (manual Chrome-plated Or Electric Motorized System) - Castors: 125 Mm Diameter, Four Pieces, With Central Brake System - Corner Bumpers: Shock-absorbing Bumper Castors On All 4 Corners - Manual Cpr Release: Available On Both Sides (for Models With Electric Systems) Adjustable Functions - Backrest Adjustment: 0° To ≥75° - Knee Section Adjustment: 0° To ≥40° - Height Range (high–low): 520–750 Mm (manual Or Motorized) - Trendelenburg Position: 0° To ≥12° Reverse Trendelenburg Position: 0° To ≥12° - Safe Working Load: Minimum 225 Kg (495 Lbs) Dimensions - Overall Size (l X W X H): Approx. 2160 X 1100 X 520 Mm - Lying Surface: Minimum 2000 X 900 Mm Standard Accessories (included Per Unit) - Head & Foot Boards: 2 Pieces - Side Rails: 2 Pieces - Crank Handles Or Motor System: 4 Cranks Or Equivalent Motorized Functions - Mattress Platform Panels: 4 Ms Ventilated Boards - Castors: 4 Heavy-duty Medical Castors With Locking System - Iv Pole: 1-piece, Adjustable Height, Telescopic - Iv Pole Holders: 4 Pieces - Drainage Bag Holders: 2 Pieces Materials & Durability - All Materials Must Be Antimicrobial-coated Or Easy To Clean And Disinfect - Autoclavable Or Wipe-disinfectant Compatible Materials Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** Supplier To Perform Installation, Safety, And Operation Checks Before Handover *** Staff/end-user And Biomed Technician In Coordination With The Engineering Department To Affirm Completion Of Installation Warranty And Maintenance • 3 Years Warranty Of Service • 3 Years Warranty Of Parts • Maximum Of Two Working Days Response Time For Every Technical Service Call Within The Warranty Period - 10 Years Availability Of Parts And Maintenance, And Services Documentation Documentation Requirements *** User, Technical, And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of The Manufacturer, Supplier, And Local Service Agent To Be Provided Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada, And Eu 10 Defibrillator Machine 4 In 1 Specifications: Simple To Use: Speed Up Response Times Even Further With Easy-to Use Controls And Intuitive Features Key Functions & Features - Manual Defibrillation With Biphasic Waveform And Energy Selection From 1 To 360 Joules - Synchronized Cardioversion For Atrial Fibrillation Asynchronous Mode For Ventricular Fibrillation - Aed Mode With Automatic Rhythm Analysis And Voice/text Guidance - Non-invasive Pacing: Fixed And Demand Mode, Adjustable Rate And Output - Patient Monitoring: Ecg (3/5 Leads), Nibp, Spo2, Etco₂, Respiration - Quick Boot Time: Power-on In ≤2 Seconds - Fast Charging: 200j In ≤3 Seconds; 360j In ≤7 Seconds - Rapid Ecg Recovery: ≤2.5 Seconds’ Post-shock - Data Storage: - 24h Ecg Waveform - 72h Trend Analysis - 1000 Events / 100 Patient Profiles - Voice Recording (180 Minutes) - Export Via Usb - Shock Delivery: Via Paddles Or Adhesive Electrode Pads (adult And Pediatric) - Adult/pediatric Mode Switching: With Automatic Parameter Adjustment - User Interface: Manual Defibrillation In 1-2-3 Steps (select Energy, Charge, Shock) Display - Type: Tft Color Lcd - Size: At Least 7 Inches - Resolution: Minimum 800 × 480 Pixels - Waveform Display: At Least 3 Channels Simultaneously - Wave Viewing Time: Max 16 Seconds (ecg) Defibrillator Specification - Waveform: Biphasic Truncated Exponential, Impedance Compensated - Output Energy (manual Mode): 1–360 Joules - Charge Time: ≤3 Seconds To 200j ≤7 Seconds To 360j - Ecg Recovery: ≤2.5 Seconds - Shock Delivery: Via Paddles Or Pads - Patient Impedance Range: 25 To 300 Ohm - Aed Mode: - Energy: 100–360j, User Configurable - Compliant With Aami Df-80 And Aha 2015 Guidelines - Cpr Mode: 1-channel Ecg Monitoring With Voice Guidance - Synchronized Cardioversion Delay: ≤60 Ms From R-wave Non-invasive Pacing - Waveform: Monophasic - Pacing Mode: Demand / Fixed - Rate: 30 To 210 Ppm - Output: 0 To 200 Ma - Pulse Width: 20 / 40 Ms - 4:1 Mode: Available For Rhythm Assessment Patient Monitoring - Ecg Monitoring - Leads: 3-lead Or 5-lead - Heart Rate Range: Adult: 15–300 Bpm Pediatric/neonate: 15–350 Bpm - Spo₂ (pulse Oximetry) - Range: 0 To 100% - Pr Range: 20 To 300 Bpm - Nibp Modes: Manual, Auto, Stat - Range: 0 To 300 Mmhg - Default Cuff Pressure: - Adult: 160±5 Mmhg - Pediatric: 140±5 Mmhg - Neonate: 90±5 Mmhg Etco₂ - Range: 0–150 Mmhg - Awrr Range: 0–150 Rpm - Respiration - Method: Trans-thoracic Impedance - Range: 0–200 Rpm Power Supply - Ac Input: 100–240v~, 50/60hz - Battery: Rechargeable Lithium-ion, ≥5600mah - Battery Operation: - ≥2.5 Hrs Monitoring - ≥100 Shocks - ≥2 Hrs Pacing - Charging Time: 90% In ≤3 Hrs 100% In ≤4 Hrs (power Off) Connectivity & Data - Wi-fi (2.4g / 5g) - Data Export Via Usb - Dicom / Hl7 Worklist Compatible - Ihe Protocol Support For Integration With Hospital Systems Physical & Safety - Ip Rating: At Least Ip44 (dust/water Resistant) - Drop Test: Withstands Drop From 0.75 M - Weight: Portable / Compact (<6.5 Kg Typical) - Mounting: Compatible With Wall Mounts, Trolleys, Or Bed Rails Standard Accessories - External Paddles (adult And Pediatric) - Multifunction Defib Pads (adult And Pediatric) - Ecg Cable (5-lead) - Spo₂ Cable And Sensor - Nibp Cuff Sets (adult, Pediatric, Neonatal) - Co₂ Module (if Included) - Bed Rail Hook - Integrated Trolley With Basket - 3kva Ups (medical Grade) Consumables (per Unit) - 2 Packs Ecg Electrodes (100 Pcs Each) - 2 Bottles Ultrasound Gel Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** For Bio-medical: 2 Biomed Technician Comprehensive Offsite Training Theoretical And Advance Troubleshooting Training Of Users In Operation, Basic And Advanced Maintenance Including Fares, Accommodation, And Meals *** Supplier To Perform Installation, Safety, And Operation Checks Before Handover *** Supplier Should Shoulder All Electrical And Data Wiring *** Staff/end-user And Biomed Technician In Coordination With The Engineering Department To Affirm Completion Of Installation *** Electrical, Cable Wiring, And Other Consumables Should Be Shouldered By Supplier Warranty And Maintenance • 3 Years Warranty Of Service With Semi-annual Visit • 3 Years Warranty Of Parts • Maximum Of Two Working Days Response Time For Every Technical Service Call Within The Warranty Period 10 Years Availability Of Parts And Maintenance, And Services Maintenance Tasks: Every Semi-annual Preventive Maintenance Documentation Documentation Requirements *** User, Technical, And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of The Manufacturer, Supplier, And Local Service Agent To Be Provided Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada, And Eu 11 Operating Light (dual Head Light With Camera And Monitor Purpose Of Use: Mobile Led Portable Surgical Light Consists Of The Light Source And Light Frame. It Is Expected To Be Used For Surgical Auxiliary Illumination. Not Limited By The Surgical Site, Easy To Move. General Features And Benefits: - Dual-head Configuration For Full Surgical Field Coverage - Mobile Or Ceiling-mounted System (configurable) - Integrated Hd Camera And Monitor For Video Documentation And Remote Viewing - Smooth And Flexible Arm Movement For Easy Positioning And Secure Fixation - Bright, Shadow-free Illumination Of Surgical Area - Natural Color Rendering With High Contrast For Detailed Wound Visualization - Multi-stage Focusing System For Adjustable Field Diameter - Adjustable Brightness With At Least 10 Levels Integrated Battery Backup With Up To 5 Hours Of Operation During Power Failure - Long-life, Energy-efficient Led Bulbs With Minimal Heat Output - Easy To Clean And Disinfect Surfaces For Optimal Hygiene - Low Maintenance And Energy Cost Design Technical Specifications - Configuration: Dual-head With Integrated Full Hd Camera And Monitor - Mounting Type: Mobile, Ceiling, Or Wall-mounted (as Required) - Light Source: High-efficiency Led - Power Supply: 230v Ac, 50/60hz - Battery Backup: Built-in Battery, Minimum 5 Hours Of Backup - Color Rendering Index (cri): ≥96 - Illumination Intensity At 1m: Adjustable From 100,000 Lux To 300,000 Lux - Color Temperature: Fixed Or Adjustable; Average 4,500 K - Led Lifetime: ≥50,000 Hours - Focusing: 4-stage Manual Or Motorized Focusing System - Brightness Control: 10-step Or Stepless Dimming Control - Camera Resolution: Full Hd (minimum 1080p, 60 Fps) - Monitor Size: Minimum 21 Inches, Full Hd Or Better - Camera Functions: Zoom, Pan, And Record; Optional Wireless Or Wired Video Streaming - Control Panel: Digital Touch Or Membrane Type - Noise Level: ≤40 Db Physical / Chemical Characteristics - Material: Medical-grade Aluminum Or Plastic Casing With Antimicrobial Coating - Surface: Smooth, Non-porous, Autoclavable Where Applicable - Cooling System: Passive Or Active Cooling To Avoid Overheating - Ups Requirement: 1 Unit – Ups 2kva (included) - Avr Requirement: 1 Unit – Avr 2kva (included) Accessories And Components (per Unit) - Integrated Full Hd Camera (with Zoom/focus Functions) - Full Hd Monitor With Adjustable Mounting Arm - Bed Rail Hook Or Ceiling Attachment System - 2 Pcs Spare Fuses - 1 Pc Ups 2kva - 1 Pc Avr 2kva - Wall Bracket Or Mobile Trolley (depending On Model) - Sterilizable Handles And Camera Cover - User Manual And Warranty Certificate Consumables / Spare Parts (per Unit) 2 Sets Of Spare Fuses Sterile Camera Lens Covers Sterile Handle Covers Optional: Remote Control For Camera Adjustment Replacement Led Modules (if Applicable) Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** For Bio-medical: 2 Biomed Technician Comprehensive Offsite Training Theoretical And Advance Troubleshooting Training Of Users In Operation, Basic And Advanced Maintenance Including Fares, Accommodation, And Meals *** Supplier To Perform Installation, Safety, And Operation Checks Before Handover *** Supplier Should Shoulder All Electrical And Data Wiring *** Staff/end-user And Biomed Technician In Coordination With The Engineering Department To Affirm Completion Of Installation *** Electrical, Cable Wiring, And Other Consumables Should Be Shouldered By Supplier Warranty And Maintenance • 3 Years Warranty Of Service With Semi-annual Visit • 3 Years Warranty Of Parts • Maximum Of Two Working Days Response Time For Every Technical Service Call Within The Warranty Period - 10 Years Availability Of Parts And Maintenance, And Services Maintenance Tasks: Every Semi-annual Preventive Maintenance Documentation Documentation Requirements *** User, Technical, And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of The Manufacturer, Supplier, And Local Service Agent To Be Provided Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada, And Eu 12 Infusion Pump Purpose Of Use: The Need For Additional Infusion Pump In Surgical Intensive Care Unit Since The Area Only Have 5 Existing Infusion Pumps Used By The Ward And Icu As Well. An Infusion Pump Is A Medical Device That Delivers Fluids Such As Nutrients And Medications, Into A Patient's Body In Controlled Amounts." General Features - Microprocessor-controlled Infusion Pump - High-accuracy And Continuous Infusion - For Adult, Pediatric, And Neonatal Use - Equipped With Anti-bolus, Occlusion Detection, And Air-in-line Detection - Multiple Infusion Modes (rate, Time, Body Weight, Loading Dose, Sequential) - Drug Library With Dose Error Reduction System (ders) - Adjustable Kvo (keep Vein Open) And Bolus Settings - Led Or Lcd Screen (min. 3.5” Color Display) Infusion Parameters - Flow Rate Range: 0.1 – 2000 Ml/h (increment: 0.01 Ml/h) - Vtbi (volume To Be Infused): 0.1 – 9999.99 Ml - Bolus Rate: 0.1 – 2000 Ml/h - Kvo Rate: 0.1 – 5 Ml/h - Air Bubble Detection: 6-level Sensitivity (min. 20 Μl) - Occlusion Pressure Levels: Adjustable From 75 To 975 Mmhg (max Pressure Up To 1170 Mmhg) - Infusion Accuracy: ±5% With Standard Infusion Sets Safety Features - Intelligent Occlusion Management With Visual Pressure Graph - Air-in-line Detection With Auto-stop - Alarm System (visual + Audible) For Occlusion, Air Bubble, Empty Iv, End Infusion, And Battery Low - Automatic Anti-bolus Release - Event History Storage: Minimum 1000 Infusion Events - Nurse Call And Rs232 Interface (optional) Display And Interface - Display Type: Color Lcd (min. 480 X 272 Pixels) - Control: Soft-touch Buttons Or Dial-type Selector - Status Indicators: For Running, Bolus, Kvo, Pause, Standby, And Alarm Modes - Language: English (configurable) Power And Battery - Power Supply: Ac 100–240v, 50/60hz - Battery Type: Rechargeable Lithium Battery - Battery Capacity: ≥ 4 Hours Continuous Operation At 25 Ml/h - Charging Time: ≤ 6 Hours From Low Battery To Full Accessories And Compatibility - Compatible With Iso 8536-4 Infusion Sets (3.0–4.5 Mm Diameter) - Drop Sensor And Drip Rate Mode (10–60 Drops/ml) - Wall Mount Clamp Or Pole Clamp (included) - Power Cord, User Manual, And Starter Pack Of Infusion Sets Optional Features (preferred But Not Required) - Integration With Patient Monitor Via Data Port - Support For External Usb/sd Card Data Export - Drug Library (min. 50 Programmable Drugs) Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** For Bio-medical: 3 Biomed Technician Comprehensive Offsite Training Theoretical And Advance Troubleshooting Training Of Users In Operation, Basic And Advanced Maintenance Including Fares, Accommodation, And Meals *** Supplier To Perform Installation, Safety, And Operation Checks Before Handover *** Supplier Should Shoulder All Electrical And Data Wiring *** Staff/end-user And Biomed Technician In Coordination With The Engineering Department To Affirm Completion Of Installation *** Electrical, Cable Wiring, And Other Consumables Should Be Shouldered By Supplier Warranty And Maintenance • 3 Years Warranty Of Service With Semi-annual Visit • 3 Years Warranty Of Parts • Maximum Of Two Working Days Response Time For Every Technical Service Call Within The Warranty Period - 10 Years Availability Of Parts And Maintenance, And Services Maintenance Tasks: Every Semi-annual Preventive Maintenance Documentation Documentation Requirements *** User, Technical, And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of The Manufacturer, Supplier, And Local Service Agent To Be Provided Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada, And Eu
Closing Date3 Jun 2025
Tender AmountPHP 11 Million (USD 198.5 K)
5421-5430 of 5454 archived Tenders